|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1997 PSA#1934Commanding Office, United States Coast Guard, Support Center, Building
Number 981, Elizabeth City, North Carolina 27909-5006 L -- LAWN MAINTENANCE SOL DTCG8498Q0021 DUE 100197 POC Point of
Contact -- Contact Point, CWO3 D. R. Lane, Contracting
Officer,919/335-6404, Fax 919/335-6450 E-MAIL: USCG Aircraft Repair &
Supply Center, Elizabeth City, NC, 62645087@eln.attmail.com. This is a
combined synopsis/request for quotation for commercial services. This
announcement constitutes the only request for quotation; proposals are
being requested and a written request for quotation/solicitation will
not be issued. All responsible sources may submit a written offer,
which will be considered. This is set aside for small business for the
following: The request for quotation incorporates provision and
clauses in effect through Federal Acquisition Circular 90-41. The Coast
Guard intends to issue a purchase order for Lawn Care and Maintenance
of Coast Guard Housing Facilities. ? The Statement of Work is as
follows: Mowing; The contractor will provide all labor, materials, and
equipment to mow Sections 1-8, as shown on chart beginning upon
contract award through Sept. 30 of the following year. (Chart can be
obtained by calling phone number listed above). There are approximately
21.5 acres of grass, including .5 miles of ditch line. All areas are to
be mowed to the appropriate height of 2inches. All sections are to be
cut within 25 feet of all houses. Grass will be cut weekly (within 9
days of last mowing). Delays for poor weather will be permitted. With
the exception of winter months, delays should not exceed 12 days
without granted exception from the Contracting Officer. In all cases
grass will be mowed prior to growth of seed heads. All areas to be
mowed should be free of litter and debris, prior to mowing. If debris
is too large to be removed by one worker with equipment other than
heavy equipment, the contractor will notify the Contracting
Representative. Any litter of debris cut during mowing will also be
removed by the contractor each time grass is mowed. This is to include
all clippings and growth being removed from all walkways, curbs,
driveways, and roadways. All mowed areas shall present an even cutting
with no variance of height due to pass of cutting equipment. In the
case of heavy growth, clippings will be removed or mulched when deemed
unsightly by the contractor, Contracting Officer, or Contracting
Representative. Trimming; The contractor will provide all labor,
materials and equipment to trim all appropriate areas beginning upon
contract award through Sept. 30 of the following year. Trimming will
include Cutting of growth away from all equipment areas, playground
equipment, fire hydrants, signs, hedges, and trees, and any other areas
not reachable by mowing equipment. Trimming will be done biweekly (not
to exceed 14 days). Delays will follow the same procedure as outlined
for mowing. Trimming shall be done utilizing a line -- type weed
trimmer. All trimmed areas will be cut to the same height as the
surrounding grass. No trimming will be done using any chemicals.
Trimming will be done on both sides of the 4100 feet of chain link
fence, All excess growth (i.e. vines, brush, and weeds) will be cleared
from the entire fenceline and a clearance of 5 feet along the north
side of the fenceline should be maintained. Landscaping; All
landscaping will upon contract award and be maintained on an as needed
basis until Sept. 30 of the following year. The contractor will remove
all grass and growth from cracks or spaces in walkways, curbs,
driveways, concrete pads, roadways, fences, and rocky areas within
areas of responsibility. All mulched areas will be kept weeded and neat
in appearance. All dead flowers, plants, and shrubbery shall be
removed. Additional mulch should be added as needed to maintain a depth
of at least 3 inches. All grass bordered by curbs, walkways, and
driveways shall be edged and neatly manicured. All hedging will be done
on an as needed basis, Hedges and Shrubbery should maintain a neat
appearance, free on any stray, dead, or broken limbs. Fertilizing; The
contractor will apply one application of granulated type fertilizer to
Sections 1-8 if needed. Application will be applied no earlier than 1
Sept. The type and time when fertilizer is to be applied shall be
submitted in ?writing to the Contracting Officer for approval prior to
any application. In addition the contractor will provide all Material
Safety Data Sheets relating to the fertilizer intended for use. Only
after given approval by the Contracting Officer will the fertilizer be
applied. No additional applications of fertilizer shall be applied
under this statement of work. Spraying: No spraying will be done
without prior written recommendation by Contractor followed by approval
from the Contracting Officer. Any suggestions for spraying shall be
submitted in writing along with Materials Safety Data Sheets for all
chemicals intended for use to the Contracting Officer for approval. The
perimeter fence line and roadways will be the only areas considered for
use of sprays. Any sprays used shall contain a bright colored marking
dye. Tree Trimming: The Contractor shall provide for the labor,
materials, and equipment needed to trim and groom all trees on the
entire complex. The Contractor will be responsible for all tree
grooming and maintenance beginning Oct 1 through Sept. 30 of the
following year. This is to include the removal of all broken limbs.
Technical Recommendations: If the Contractor feels there is any work
that should be done with the landscaping not covered in this statement
of work, he or she shall submit in writing a report to the Contracting
Officer. This report shall include the problems found and
recommendations on how to correct the problem. If the contractor should
submit any technical recommendations, an estimated cost should also be
included. If the Coast Guard requests technical advice, the Contractor
shall provide the Technical advice the same as if the problem was found
by the Contractor. This statement of work shall allow no more than 4
requests by the Coast Guard for technical advice. The Contractor shall
submit a cost estimate for any technical reports requested by the
Coast Guard exceeding 4. The Contracting Officer shall be the only one
to authorize the Contractor to submit a written report of technical
recommendation requested by the Coast Guard exceeding 4. On Site
Representative: The Coast Guardwill assign a representative from the
Coast Guard Support Center in Elizabeth City to assist the Contractor
with any questions that may arise. This person will be known as the
Contracting Representative. The Contracting Representative will only be
used in assisting the contractor with any questions and unforeseen
problems. He or she will not be able or responsible for making any
modifications to this Statement of Work or obligate the Coast Guard for
any additional costs. He or she will not have the authority to stop the
Contractor from any work with the exceptions of matters concerning
safety or violation of applicable laws, rules, regulations, and
instructions. The Contracting Representative will usually visit the
site while the Contractor is working. He or she will be the primary
contact and will try to maintain a positive working environment for the
contractor. The Contracting Representative will be MKC John Potts at
the Boiler House (Bldg 91) or by phone at (919) 335-6108. ? Work days
and hours: The Contractor shall carry out this Statement of Work during
normal working hours of the Facility Engineering Division (FED) of the
Coast Guard Support Center, Elizabeth City. The normal work hours of
FED are Monday through Friday, 0655 until 1625. The Contractor will
work on these days and during these hours only. No work is to be done
during any federal holiday. Support Center Instructions; The Contractor
and his representative will be responsible to follow all applicable
Support Center Elizabeth City Instructions while aboard any Coast Guard
owned property or available upon request at (919) 335-6108/6112.
Closing date and time for receipt of offers is 01 October 1997, 3:00pm,
Eastern Standard Time. Facsimile Offers are acceptable and may be
forwarded via Fax Number (919)335-6450. FAR provision, 52.212-2 does
not apply in that award will be made to the offeror who submits the
lowest price. Offerors are instructed to include a completed copy of
FAR provision 52.212-3 "Offeror Representations and Certifications --
Commercial Items: with their bid. If a copy of this certification is
needed, it may be requested by calling the contact number identified
above. The following Far provisions and clauses apply to this request
for quotations and are incorporated by reference. FAR 52.212-1
instructions To Offerors -- Commercial Items (Oct 1995) FAR 52.212-2
Evaluation -- Commercial Items (Oct 1995) FAR 52.212-3 Offeror
Representations and Certifications -- Commercial Items(Jun 1996) FAR
52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995)
FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items. (Aug 1996) Far
52.222-26, Equal Opportunity (Apr 1984) FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (Apr 1984) FAR
52.222-36, Affirmative Action for Handicapped Workers (Apr 1984) FAR
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (Jan 1988) FAR 52.225-3, Buy-American Act --
Supplies (Jan 1994). Insurance: contractor is required to show proof of
adequate insurance prior to commencement of work. Adequate insurance
for this purpose is defined as: to commencement of work. Adequate
insurance for this purpose is defined as: A. Workers' Compensation and
Employer's Liability with employer's liability coverage of at least
$100,000. B. General Liability with bodily injury liability coverage
written on the comprehensive form of policy, with coverage of at least
$500.00 per occurrence. C. Automobile Liability insurance written on
the comprehensive form of policy, providing for at least $200,000 per
person and $500,000 per occurrence bodily injury and $20,000 per
occurrence for property damage. For Minority, Women-Owned and
disadvantaged Business Enterprises: The Department of Transportation
(DOT), Office of Small and Disadvantaged Business Utilization (OSDBU),
has a program to assist minority, women-owned and disadvantage
business enterprises to acquire short-term working capital assistance
for transportation-related contracts. Loans are available under the DOT
Short term Lending Program (STLP) at prime interest rates to provide
accounts receivable financing. The maximum line of credit is $500,000.
For further information and applicable form concerning the STLP please
call the OSDBU at (800) 532-1169. (AC0917038-03) (0260) Loren Data Corp. http://www.ld.com (SYN# 0058 19970919\L-0001.SOL)
L - Technical Representative Services Index Page
|
|