Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2025 SAM #8471
SOLICITATION NOTICE

S -- Non-personal landscape services for the NWS WFO in

Notice Date
2/3/2025 3:45:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M325Q0059
 
Response Due
2/12/2025 11:00:00 AM
 
Archive Date
02/27/2025
 
Point of Contact
KEEN, KIRSTEN, Phone: 303-578-6662
 
E-Mail Address
KIRSTEN.KEEN@NOAA.GOV
(KIRSTEN.KEEN@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Non-Personal Landscape Services for Weather Forecast Office (WFO) in Sterling, VA The incumbent was C&M Expedited LLC (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0059. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (Jan 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $9.5 million. (v) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 � Base Year Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for landscape services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Sterling, VA, in accordance with the Statement of Work. Period of Performance 04/01/2025 through 003/31/2026. Quantity: 12 Months Unit Price (per month): _________ Annual Total: _____________ CLIN 1001 � Option Year 1 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for landscape services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Sterling, VA, in accordance with the Statement of Work. Period of Performance 04/01/2026 through 003/31/2027. Quantity: 12 Months Unit Price (per month): _________ Annual Total: _____________ CLIN 2001 � Option Year 2 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for landscape services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Sterling, VA, in accordance with the Statement of Work. Period of Performance 04/01/2027 through 003/31/2028. Quantity: 12 Months Unit Price (per month): _________ Annual Total: _____________ CLIN 3001 � Option Year 3 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for landscape services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Sterling, VA, in accordance with the Statement of Work. Period of Performance 04/01/2028 through 003/31/2029. Quantity: 12 Months Unit Price (per month): _________ Annual Total: _____________ CLIN 4001 � Option Year 4 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for landscape services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Sterling, VA, in accordance with the Statement of Work. Period of Performance 04/01/2029 through 003/31/2030. Quantity: 12 Months Unit Price (per month): _________ Annual Total: _____________ Aggregate Total for All Years: ____________________________ (vi) Description of requirements is as follows: See attached Statement of Work which applies to Base Year and all Option Years 1 � 4, and Department of Labor Wage Rates: WD 2015-4281, Revision No. 32, dated 12/23/2024, which can be found on: https://sam.gov/content/wage-determinations INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: Period of performance shall be: Base Year for a twelve month period 04/01/2025 through 03/31/2026. Option Period 1 for a twelve month period 04/01/2026 through 03/31/2027. Option Period 2 for a twelve month period 04/01/2027 through 03/31/2028. Option Period 3 for a twelve month period 04/01/2028 through 03/31/2029. Option Period 4 for a twelve month period 04/01/2029 through 03/31/2030. Place of Performance is NWS WFO, 43858 Weather Service Road, Sterling, VA 20166. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on Wednesday, February 12, 2025. All quotes must be submitted electronically via email to kirsten.keen@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to kirsten.keen@noaa.gov. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO kirsten.keen@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00pm MST/MDT on Monday, February 10, 2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Frederick �Eric� Dizon, frederick.dizon@noaa.gov or James Lee, james.e.lee@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to kirsten.keen@noaa.gov. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to kirsten.keen@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. 1. Technical Acceptability/Capability. 2. Price THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; 1. Technical Acceptability/Capability. Quote shall include at least two references from at least two separate contracts for similar and relevant services including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror�s capability to successfully perform the services listed in the Statement of Work. The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission, and email the completed survey form directly to kirsten.keen@noaa.gov by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. 2. Price. The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) NATIONAL WEATHER SERVICE BALTIMORE/WASHINGTON WEATHER FORECAST OFFICE LANDSCAPING SERVICES STATEMENT OF WORK National Weather Service Office 43858 Weather Service Road Sterling, VA 20166 NATIONAL WEATHER SERVICE BALTIMORE/WASHINGTON WEATHER FORECAST OFFICE LANDSCAPING SERVICES STATEMENT OF WORK National Weather Service Baltimore/Washington Weather Forecast Office 43858 Weather Service Rd., Sterling, VA 20166 1. General Description The project site consists of approximately 5 acres, parts of which are occupied by buildings, roads, walks, and other paved surfaces. The Contractor shall provide all labor, supervision, equipment, and materials for the general care and maintenance of the existing outdoor landscape items (trees, shrubs, turf grass, and planting beds) located at the National Weather Service Forecast Office (WFO), 43858 Weather Service Road, Sterling, VA 20166 depicted in Figure 1. Work includes mowing, edging, weeding, pruning, fertilizing, and repairing erosion damage. The Contractor shall furnish all required fertilizers, herbicides, insecticides, perennials, shredded-bark mulch, grass seed, and any and all other materials necessary to perform the requirements of this specification. The contractor shall follow all EPA, State, and Local regulations pertaining to application of fertilizers, herbicides, insecticides, and fungicides. The Contractor shall furnish all equipment to perform the work of this contract in a skillful, orderly, and professional manner. This includes, but is not limited to: mowers, edgers, weed trimmers, blowers, shears, wheelbarrows, trucks, hand tools, and other accessories as needed. Equipment shall be safe and well-maintained per OSHA. Contractor shall submit all Material Safety Data Sheets (MSDS) for any material used under this containing �dangerous or warning� label to WFO point-of-contact prior to application to the grounds upon sign-in to the facility. The Contractor will be required to sign-into the facility for each service, before the start of services. At this time, the Contractor will coordinate with the on-site technical representative on what services they will provide that day. At this time, the Contractor will also supply the on-site technical representative with applicable MSDS documentation for any fertilizer, herbicide, pesticide, or fungicide that will be applied that day. The purpose of this coordination is to communicate what services will be done in order to facilitate payment to the Contractor, review and discuss any landscaping issues, and discuss upcoming landscape services to be executed under this specification. All work will be accomplished during normal business hours between 7:00 AM and 5:00 PM local time, Monday through Friday. No work shall be accomplished on Federal Holidays. The Contractor will leave the site in a neat and kept manner after every landscape service. No debris from turf clippings, nor any residual fertilizer, insecticide, and pesticide will be left on any paved surface. Figure 1. Area within red border are the landscaped grounds of 43858 Weather Service Road, Sterling, VA 20166. Border along the driveway to Weather Service Road is bounded 15 feet from the side of the driveway. 2. SCOPE OF WORK A. MOWING, TRIMMING, and EDGING of TURF GRASS 1. General turf areas will be mowed with a rotary mower to a height of between 3.0 inches and 3.5 inches. A high quality cut shall be provided by mowers with sharp cutting edges. 2. Mulching of the cut grass is preferred; however, if mulching the grass would be detrimental to the turf area's appearance, removal of turf clippings is required. 3. Mowing shall be required on a 7-10 day cycle, weather permitting, from approximately March through November. During periods of extenuating weather conditions, mowing frequency will be scheduled as conditions permit. 4. Mowing area extends to the sodded turf perimeter surrounding the building, plus 15 feet from the driveway leading to Weather Service Road. 5. Trimming of the turf around trees, shrubs, and other obstacles shall be performed every mowing using trimmers as necessary. 6. Clippings, dirt, and debris from these mowing, edging, and trimming services will be removed from sidewalks, patios, parking lots, and other hard surfaces after each servicing. 7. Mechanically edge all accessible sidewalks and curbs every mowing during the growing season. B. TURF GRASS MAINTENANCE PROGRAM 1. The turf grass maintenance program includes fertilization, weed control, pesticide control, disease and fungus control, aeration and over-seeding as indicated in the schedule depicted in Table 1. 2. Before the start of the growing season, obtain representative soil samples from the turf grass and submit to laboratory for analysis. Make recommendations to customer based upon test results. 3. Application of pelletized lime as indicated by soil tests to a maximum rate of 25 pounds per 1000 square feet. 4. Fertilizer will use nitrogen (N) sources that are =50% slowly available and/or water-insoluble N, according to the guaranteed analysis of the fertilizer label. 5. Herbicides shall be applied to weeds growing in cracks in paved areas as necessary. C. MULCHING 1. Beds and tree saucers shall be re-mulched in early April with double-shredded black hardwood mulch to a total depth of 2-3 inches. D. PRUNING 1. Prune all ornamental shrubs to existing forms during the growing season up to a maximum height of 8 feet. All ornamental trees shall be pruned from ground level to improve form and remove deadwood. Tree suckers, excess shoot growth, and limbs impeding walkways or roadways shall be removed as needed. 2. Ground cover plantings, perennials and bulbs will be cut back as appropriate for species. 3. Flowering shrubs will be pruned as appropriate for species and flowering season. The shrubbery pruning presented is a maintenance pruning to retain existing size and form removing only first and second year growth. Regenerative shrubbery pruning to include major thinning, removal of mature canes, and reduction in overall breadth of span. E. ORNAMENTAL PROGRAM Provide an ornamental tree, shrub and ground cover Integrated Pest Management (IPM) program consisting of monthly site inspections from April to November to detect and treat insect problems such as scale, mites, bagworms, lace bugs, and tent caterpillars. When necessary, prior to spring mulch, ornamental plants will receive surface applications of N-P-K (nitrogen, phosphorous, potassium) at recommended rates. Should other micronutrient deficiencies exist a proposal will be supplied to correct those deficiencies. Control of pests through natural and mechanical means will be stressed. This program covers only installed landscape materials with a maximum height limit of 15 feet unless otherwise specified. TABLE 1. TURF GRASS MAINTENANCE PROGRAM SCHEDULE TIMELINE FERTILIZATION WEED CONTROL PESTICIDE CONTROL DISEASE/ FUNGUS CONTROL AERATION & OVER- SEEDING April 1 Applied at a rate of 1.0 pound N/1000 square feet, greater than 50% slowly available. Pre- emergent crab grass control. As needed. As needed. None. May 30 None. Broadleaf weed control to limit dandelions and other broadleaf weeds. As needed. As needed. None. July 30 None. As needed. Surface insect control, including but not limited to Japanese beetle and grub control. Disease and fungus control, as needed. None. September 1 Applied at a rate of 1.0 pound N/1000 square feet, greater than 50% slowly available. As needed. As needed. As needed. Core aerate all turf areas in September using mechanical landscape equipment designed for that purpose. For those areas with bare and thin turf, slice aeration is also required. Immediately after core and slice aerations, over-seed an improved turf type tall fescue blend seed, which is resistant to drought conditions. October 1 Applied at a rate of 1.0 pound N/1000 square feet, greater than 50% slowly available. As needed. As needed. As needed. None. F. LEAF MANAGMENT Leaves shall be removed from turf, mulched beds, and hard surface areas as needed. Where possible, leaves will be mulched and blown into existing natural areas for decomposition on site. Remaining leaves will be removed from the site. Approximate time of removal will be between November 15 and December 15. G. TICK CONTROL Apply two times per year to the turfgrass to control ticks, applications should be in May and October. Consideration should be given to synthetic pyrethroid insecticides. H. SEASONAL ANNUAL FLOWERS PROGRAM 1. The overall objective of having seasonal annual flowers is to have year-long, healthy, and colorful flowers/bulbs/plants in the two (2) 15 feet x 5 feet flowerbeds at the front entrance to the building with three (3) seasonal plantings. The annuals should be supportive of species for northern Virginia, supportive with no irrigation, and with the flowerbed exposure generally to full sun. a. Early-Spring: Upon initial emergence of daffodils in March, clean out flowerbeds of winter planting and lay fresh mulch around emerging daffodils. b. Spring: After daffodils and tulips perish in late-April, plant spring flowers in flowerbeds that have peak color from mid-April through mid-June. c. Summer: Prior to spring plantings perish, plant summer flowers in flowerbeds that have peak color from mid-June through early-September. The summer annuals should be resistant to northern Virginia drought and heat. d. Fall/Winter: Prior to the perishing of the summer plants, plant winter flowers in flowerbeds that generally overwinter and retain their blossoms from early-September through mid-March. Additionally, plant and fertilize 300 daffodil and tulip bulbs (150 daffodil/tulip bulbs/flowerbed) underneath the fall/winter plantings for subsequent emergence in March of the following year. 2. Included in all seasonal plantings: Flowerbed preparation, initial fertilization, planting, fresh mulch, and initial watering, with a minimum of 200 4-inch pot size plants planted (100 plants/flowerbed = 1.3 plants/square foot). Contractor will coordinate with the customer on specific flowers/bulbs/plant recommendation before each planting. The contractor will be proactive in scheduling the seasonal plantings and monitoring the flowerbeds for vitality. 3. The contractor will monitor and maintain all flower/plant beds and for required weeding and health of the annuals on a bi-weekly basis. I. FLOWER BED PREPARATION AND MAINTENANCE 1. Perform general spring clean up to turf and bed areas. Cut back appropriate perennials. 2. Beds will be edged and cleaned of all debris and weeds before mulching. Beds will be maintained to present a neat appearance throughout the season with the use of nonselective herbicides and regular hand weeding. INSPECTION AND ACCEPTANCE OF WORK Inspection of work performed under the contract will be accomplished jointly with the Contractor�s supervisor and the on-site technical representative once a month. The on- site technical representative and Contractor shall determine the specific date for inspection. Any corrective action required as a result of an inspection shall be accomplished prior to the monthly billing for that period. The on-site technical representative, may, at any time, request correction or improvement of maintenance practices if they are found to fall below the standards of the contract specifications. The Contractor will be notified of deficiencies in performance, in writing. Prompt corrective action shall be taken by the Contractor upon written notice of any deficiency. QUALITY CONTROL The contractor shall develop and maintain a Quality Control Plan (QCP) to ensure landscaping services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in the Scope of Work. The QCP must be kept current, reflecting the pertinent contract modifications. The Contractor shall review the plan with the Onsite Technical Points-of-Contacts to ensure complete understanding. A copy of the most current QCP must be kept on file at the worksite where the tasks are being accomplished. All supplies and materials shall be of a type and quality that conforms to applicable Federal specifications and standards. The preferred method of resolving deficiencies is to allow re-performance to correct the deficiencies. The Contractor shall be provided with the opportunity to correct substandard performance within one business day. When substandard performance is not corrected within the specified timeframe or the Contractor refuses to re-perform the service, the unsatisfactory service is logged as a deficiency. Deductions for deficiencies shall be calculated as 1/30th of unit price for each day that the Contractor fails to correct. PERIOD OF PERFORMANCE Base Year: April 1, 2025 to March 31, 2026 Option Year 1: April 1, 2026 to March 31, 2027 Option Year 2: April 1, 2027 to March 31, 2028 Option Year 3: April 1, 2028 to March 31, 2029 Option Year 4: April 1, 2029 to March 31, 2030 ONSITE TECHNICAL POINTS-OF-CONTACT NOAA/National Weather Service Baltimore/Washington Weather Forecast Office 43858 Weather Service Road Sterling, VA 20166 Primary: PROVIDED UPON AWARD Backup: PROVIDED UPON AWARD
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/06a9f2e8173943d897529c968114cd86/view)
 
Record
SN07330691-F 20250205/250203230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.