SOLICITATION NOTICE
S -- BHH - SDVOSB Set-Aside Grounds Fert & Weed Control
- Notice Date
- 3/6/2025 11:39:47 AM
- Notice Type
- Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26325Q0513
- Response Due
- 3/19/2025 3:00:00 PM
- Archive Date
- 04/18/2025
- Point of Contact
- Joseph A Bloomer, Contracting Officer
- E-Mail Address
-
Joseph.Bloomer@va.gov
(Joseph.Bloomer@va.gov)
- Awardee
- null
- Description
- Statement of Work Grounds and Maintenance Contract Black Hills VA Health Care System, Fort Meade and Hot Springs, South Dakota General Intention: Contractor shall provide all supervision, tools, labor, materials, equipment, transportation, and incidentals necessary for the following services: weed control, grass fertilization, tree insect control, tree fertilization, and soil sterilization. Primary applications will be; Spring-April and May, Summer- June thru August, and Fall- September. Contractor will provide monthly fallow up spot spraying during June, July, and August to maintain weeds as needed. Background: The Black Hills VA Health Care System, Fort Meade Campus: is roughly 200 acres made up of parade grounds, grass/lawn, a variety of trees, landscaping flowers, and shrubs to include the adjacent SD Highway right-of-way. The Black Hills VA Health Care System, Hot Springs Campus: is roughly 22 acres made up of parade grounds, grass/lawn, a variety of trees, landscaping flowers, and bushes. The Contractor shall possess the proper State/Federal License and Certifications to handle and apply the chemicals and materials as required by the manufacturer s application specifications. Contractor shall comply with all Local, State, and Federal regulations during the performance of this contract. All materials, equipment, chemicals and MSD sheets used on VA property will need to be submitted for approval to the COR prior starting work onsite. 2-4 D products are not permitted for use on VA property. Herbicides used for general weed and noxious weed control (i.e. 5 gal/25 gal Dicamba to MCPA mix) will be safe to use around trees and ornamental vegetation on the properties. General Requirements: Contractor shall provide all supervision, labor, materials, equipment, and incidentals necessary to accomplish work elements and requirements outlined in this Statement of Work (SOW). Contractor Awareness- Special care must be taken around areas where air intakes, patient and staff entrances/exits are located around the VA facilities. Any damage to station flowers, trees, shrubs, and physical plants will not be allowed without prior approval by POC. Any damage caused by the contractor will be corrected at the contractor s expense. Tobacco use of any kind is not permitted on the campus grounds of VA Black Hills Health Care System (BHHCS) by Veterans, family and visitors, volunteers, contractors, and sub-contractors. Where equipment, temporary installations, ingress/egress restrictions or any other consideration is necessary, signage in such areas shall be provided by Contractor. The Contractor shall store all chemicals off site and confine all staging activities within the anticipated application area with the POC for approval, at each location. It is up to the Contractor to field verify all existing conditions, dimensions, and quantities prior to contract award. Time and date for site visits need to be coordinated with POC, prior to visit. Change Orders: Any work that is not addressed by the contract and is considered a change order shall be immediately brought to the attention of the Contracting Officer. No out-of-scope or additional work shall be executed prior to negotiation with the Black Hills VA Medical Center and approval by the Contracting Officer. Contractor shall remove all rubbish from Ft Meade property and dispose off site at an approved disposal location. Contractor shall record all quantities of materials removed from the Ft Meade property and turn into the POC on a Quarterly basis. This includes all chemicals used for each application, the ratio of chemicals and dilution percentage, and total gallons of product used for each site. Contractor to perform all work during normal work hours, Monday through Friday 7:00 a.m. to 4:30 p.m. Unless the application area requires an afterhours, on nights or weekends, application to prevent harm or risk to patients or staff. Contractor shall read, sign, and date the TMS Training 20939, for each employee on site (contracted or subcontracted) and send to the COR prior to the start of work. The contractor shall provide the required forms, completed, by each contracted or subcontracted individual on site to the POC to complete the required background check and application for the Tier 1 background checks before the start of work. Work Elements: Contractor shall submit all chemicals, equipment, and materials to be used in this process to the POC for approval. Contractor shall provide a schedule for the work and plan each application with the POC at least 2 weeks before the actual application. Site Visit can be scheduled with Ronald Ribordy, ronald.ribordy@va.gov, Phone: 605.720.7168 Fort Meade Campus: Weed Control: Roughly 200 acres of parade grounds, grass/lawn, a variety of trees, landscaping flowers, and shrubs to include the adjacent SD Highway right-of-way will need to be maintained. Primary applications will be 2 times per year; Spring-April and May, and Fall- September. Contractor will provide monthly follow up spot spraying during the Summer (June, July, and August) to maintain weeds as needed. Grass/Lawn Fertilization: The contractor shall provide lawn fertilization for irrigated areas around the Hospital complex. This includes roughly 6 acres of lawns, interior courtyards, islands, and areas adjacent to the main hospital and outer buildings. Applications will be in the Spring (either April or May), Summer (June, July, or August), and Fall (September). Tree Insect Control: Contractor shall provide insect control for all trees on site, roughly 525 trees. (Pine, Spruce, Cedar, Juniper, and Honey Locust) This should be a 1-time treatment in the Spring application to control Pine Beetles, IPPS Beetles, Spider Mites, Honey Locust bugs, and others as needed. Tree Fertilization: Contractor shall provide deep FboNotice fertilization methods to all trees at Fort Meade. Application will be 2 times a year, once in the Spring (April or May) and once in the Fall (September). Soil Sterilization: Contractor shall treat cracks in roads, parking lots, sidewalks, and foundation transitions around the campus for weed control and prevention for roughly 3 miles of cracks or joints. Contractor shall treat roughly 4 acres of equipment storages areas, rock landscaped areas, and other areas for weed control. This is a 1-time application during Summer (June, July, August) as directed by POC. Hot Springs Campus: Weed Control: Roughly 22 acres of parade grounds, grass/lawn, a variety of trees, landscaping flowers, and shrubs. Primary applications will be 2 times per year; Spring-April and May, and Fall- September. Contractor will provide monthly follow up spot spraying during June, July, and August to maintain weeds as needed. Grass/Lawn Fertilization: The contractor shall provide lawn fertilization for irrigated areas around the Hospital complex. This includes roughly 22 acres of lawns, interior courtyards, islands, and areas adjacent to the main hospital and outer buildings. Applications will be in the Spring (either April or May), Summer (June, July, and August), and Fall (September). Tree Insect Control: Contractor shall provide insect control for all trees on site, roughly 30 trees. (Pine, Spruce, Cedar, Juniper, and Honey Locust) This should be a 1-time treatment in the Spring application to control Pine Beetles, IPPS Beetles, Spider Mites, Honey Locust bugs, and others as needed. Trees will be chosen by recommendations from the Contractor and approved by the POC. Tree Fertilization: Contractor shall provide deep FboNotice fertilization methods to all trees at Hot Springs. Application will be 2 times a year, once in the Spring (April or May) and once in the Fall (September). Trees will be chosen by recommendations from the Contractor and approved by the POC. Soil Sterilization: Contractor shall treat cracks in roads, parking lots, sidewalks, and foundation transitions around the campus for weed control and prevention for roughly 2 miles of cracks or joints. Contractor shall treat roughly 2 acres of equipment storages areas, rock landscaped areas, and other areas for weed control. This is a 1-time application during Summer (June, July, August) as directed by POC. References: References for policies to adhere to during duration of project, available at http://www.cfm.va.gov/til/spec.asp. VA Specifications NFPA and Life Safety Code OSHA Standards Post Award Requirements: Project kick-off meeting: The Contractor shall plan for an on-site project kick-off meeting with VA staff to walk the site and review the schedule. National Archives and Records Administration (NARA) - Records Management Obligations Requirements In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, the Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records, and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records, and/or equipment is no longer required, it shall be returned to VHA control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material, and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VHA guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The VHA owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VHA shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. ADDENDUM to 52.212-1 Instructions to Offerors Commercial Products and Commercial Services. SUBMISSION OF SOLICITATION PACKAGE: The Government reserves the right to establish a competitive range. Your offer may become a part of the official contract file. Offerors failure to submit complete information in the manner described below shall be considered a no response and will exclude the offer from further consideration. The offer must be submitted electronically to the contracting officer as follows. Faxed and mailed offers will not be accepted. Send offers by email to joseph.bloomer@va.gov. Offers shall be submitted in Microsoft Word or Adobe PDF format for text documents and Microsoft Excel format for spreadsheet documents. The Pricing portion of your offer shall be in a file labeled Volume I which will include: The completed Price/Cost Schedule from the solicitation with each line item filled in, A filled in copy of FAR provision 52.212-3, Offeror s Representations and Certifications (unless Offeror s Representations and Certifications are available online at the SAM website, www.sam.gov), The completed Standard Form 1449 from the solicitation with blocks 12 (if offered by the Offeror), 17a, 30a, 30b and 30c filled in. The Offeror s UEI number must be shown on the SF 1449, Any signed or acknowledged amendments as required per box 11 on the amendment s SF30. The Technical portion of your offer and Past Performance reference information shall be in a single file labeled Volume II and shall contain: Technical Portion The technical portion of your offer will primarily determine the qualifications and ability of the offeror to furnish the services called for by this solicitation. The technical portion should be concise and provide sufficient information to demonstrate the offeror s capability to satisfactorily perform the tasks outlined in the Statement of Work. The Government shall evaluate offers on the basis of those factors set forth in FAR 52.212-2, Evaluation Commercial Items. All required items stipulated in the Statement of Work or Performance Work Statement and those listed immediately below must be included: 1. Resumes for current/active employees who will perform the work 2. Proof of South Dakota/Federal License and Certifications for chemical use 3. 4. Past Performance References for Responsibility Determinations (1) Provide no more than (3) references from a firm or agency in which your company has provided the same or similar types of services described in the solicitation. Each reference must represent services that are on-going or that you ve provided in the past three (3) years. (2) Include the name, address, telephone number and point of contact of the firm or agency. References: 1. 2. 3. Technical Questions: Offerors shall submit all questions regarding this solicitation to the Contracting Officer electronically via email at joseph.bloomer@va.gov. Questions must be received prior to 5:00pm CT, March 12th, 2025 or they will not be addressed. Verbal questions will not be accepted. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: E.9 52.212-2 Evaluation Commercial Products and Commercial Services. (November 2021) The Government will award a contract using the lowest price technically acceptable process, where the non-price factors are evaluated on an acceptable/unacceptable basis. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The following factors shall be used to evaluate offers. Price Technical Evaluation Approach. The Government will evaluate quotations using the Lowest Price Technically Acceptable (LPTA) process. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: EVALUATION FACTORS: Price: The Government will evaluate the lowest price responsive offer first. If this offer is found to be Technically Acceptable, evaluations will end and an award will be made to that Offeror. If this offer is not found to be Technically Acceptable the next lowest price offer will be evaluated and so on until a Technically Acceptable offer is identified. Technical: Technical: The quotation will be evaluated to the extent to which it can meet the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to Offerors section of the solicitation (Clause 52.212-1, Addendum). -Resumes for current/active employees who will perform the work -Proof of South Dakota/Federal License and Certifications for chemical use Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price.� For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/36ba70d3a266462ca448c379a8e76f9d/view)
- Record
- SN07363237-F 20250308/250307152912 (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 |