|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab
Blvd, Nellis AFB, NV, 89191-7063 S -- RENOVATE THE LANDSCAPE AT THE CHILD DEVELOPMENT CENTERS I & II
LOCATED AT NELLIS AFB, NV SOL F2660099Q0434 DUE 082099 POC Deric Long,
Contracting Apprentice, Phone 702-652-6865, Fax 702-652-3367, Email
deric.long@nellis.af.mil -- Chris Prather, Contracting Journeyman,
Phone 702-652-9571, Fax 702-652-5405, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F2660099Q0434
&LocID=885. E-MAIL: Deric Long, deric.long@nellis.af.mil. 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. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This solicitation
(F26600-99-Q0434) is issued as a Request for Quotation (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-11. This acquisition
is set-aside exclusively for small business concerns. The SIC code for
this solicitation is 0783. Far 19 classifies small businesses as those
that gross equal to or less than $5.0 million annually based on the
average of the offeror_s past three fiscal years. NON-PERSONAL
SERVICES: The contractor shall provide all labor, tools, parts,
materials, transportation and supervision necessary to renovate the
landscape of buildings 600 & 601 located at Nellis AFB, NV. Nellis AFB
is located 7 miles north of Las Vegas on Highway 93. The project shall
include, but is not limited to furnishing of all plant, labor,
equipment and materials for landscape site preparation; installing
irrigation; landscape grading; installing trees, shrubs, groundcover,
and turf; installing inert groundcover; and performing landscape
establishment. A site visit will be held on 17 Aug 99 at 0830, for
further details contact the individual listed below no later than 16
Aug 99. Prospective offeror_s are encouraged to attend the site visit.
SITE CONDITIONS: Protect landscaping and other features remaining as
final work. Protect any existing structures, fences, roads, sidewalks,
paving and curbs, or other features pertinent to the site in this
project. Protect existing underground improvements from any damage. Any
other areas not covered specifically above shall be graded to leave a
generally smooth appearance conforming to standard landscape practices
defined as: The final surface shall be raked; all objectionable
materials, trash, brush, weeds, and stones larger than one inch shall
be removed from the site and disposed of properly off base. When sod,
groundcovers, decomposed granite, or any other inert material specified
on drawings is being installed, the appropriate subgrade shall be
graded prior to the installation of such materials. GOVERNMENT
FURNISHED PROPERTY. N/A QUALITY CONTROL. The contractor shall develop
and maintain a quality control program to ensure tree removal services
and landscape renovation are performed in accordance with commonly
accepted commercial practices. The contractor shall develop and
implement procedures to prevent and ensure defective free services. The
contractor_s Quality Control Plan shall be submitted to the Contracting
Officer (CO) for approval before work commencement. QUALITY ASSURANCE
(QA): All components of the irrigation system shall be guaranteed for
one (1) year and all trees and plants shall be guaranteed for 6 months,
following CO acceptance of the project unless damaged through
government negligence. The CO representative shall inspect all planting
materials upon delivery to the site and reserves the right to reject
any or all which do not conform to the intent of this SOW. The
government will periodically evaluate the contractor's performance by
appointing a representative(s) to monitor performance to ensure
services are received. The government representative will evaluate the
contractor's performance through intermittent on-site inspections of
the contractor's quality control program. HOURS OF OPERATION. Normal
work hours are 7:00 A.M. to 4:00 P.M., Monday through Friday, excluding
federal holidays. If the contractor desires to work during periods
other than above, the request must be submitted in writing to the CO.
The contractor will list the desired dates and identify the work that
will be accomplished. The government must be notified at least three
days in advance before the requested date. Contractor must maintain
close coordination with the government at all times. Whenever work not
scheduled is to be accomplished, the CO and the QA personnel must be
notified as early as possible. If such notification is not approved in
advance, the contractor bears the risk of possible non-payment of work
and/or payment for damages incurred. SCHEDULE OF WORK OPERATION. The
contractor shall be required to notify building occupant 24 hours prior
to commencing work. The contractor shall provide a schedule to the
inspector/project engineer a week in advance. All submittals shall be
submitted within 10 Calendar days after award. Work shall not begin on
subject line item prior to approval of submittals. Work shall begin
within 15 calendar days of award and shall be completed within 60
calendar days. PROJECT SCHEDULE. This requirement is separated into
five areas(reference drawings 600 & 601), 1 through 4 playgrounds and
the common areas, the common area can be accomplished during any time
of the contract period. Closing all playgrounds at the same time will
not be permitted. The Contractor shall provide a detailed
schedule/phasing plan to accomplish the work required in the four
playgrounds and submit it to the CO for approval. PLANTING SCHEDULE.
The contractor shall provide and submit a list of trees and plants to
be used to the CO for approval. DELIVERY, STORAGE and HANDLING: Plants
shall be identified with durable waterproof labels and
weather-resistant ink. Plants shall have attached labels stating the
correct plant name and size. The Contracting Officer Representative
shall inspect plant material upon arrival at the job site (COR) for
approval. The COR will not permit substitutions without written request
from the Contractor for approval. Plants shall be grown under climatic
conditions similar to those in the locality of the project. Well
shaped, well grown, vigorous, healthy plants having healthy and
well-branched root systems shall be provided. Plant shall be provided
free from disease, harmful insects and insect eggs, sunscald injury,
disfigurement and abrasion. Plants shall be furnished in sizes
indicated. Plants larger in size than specified may be provided at no
additional cost to the Government. Container grown plants are preferred
when available. SOD: Contractor shall use nursery-grown grass, of the
same variety as the surrounding area. Fresh cut within 24 hours of
laying and are healthy, insect, disease, and weed free. Provide _Tall
Fescue_ or approved equal. WEED-CONTROL BARRIER: Geotextile fabric, 4mm
or polyester nonwoven fabric, 3 oz. per sq. yd. (100 g per sq. m)
minimum. Provide _Weed blocker_ or approved equal. TOPSOIL: ASTM D
5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of
stones 1 inch (25 mm) or larger in any dimension, and other extraneous
materials harmful to plant growth. CAST IRON MANHOLE COVER: Contractor
to replace existing grate in bldg 601 with a new cast iron manhole
cover. FERTILIZER. Contractor shall provide Manufacturer Safety Data
Sheet (MSDS) to the CO for approval. EQUIPMENT STORAGE AND FENCES:
Contractor may request approval for an open-air, unsecured storage area
on Base for storage of materials and equipment providing such space is
available at that time. The size and location of the area shall be as
directed by the COR. The contractor shall provide his/her own security
for the area. The storage area shall be kept in a safe, neat and
orderly manner at all times. Any security fence used for the storage
area shall be erected and maintained by the Contractor at his/her own
expense. Upon completion of the contract, the security fence shall be
removed from the Base by the Contractor prior to the final payment.
Existing government fencing removed by the contractor shall be
reinstalled. Any damages done by the contractor shall be repaired at no
additional cost to the government. CODES. Contractor shall comply with
the industry standards; in addition all work shall be accomplished in
accordance with local, state, and federal laws and regulations. WASTE
AND DISPOSAL. There are no waste or disposal areas available on the
base. The contractor shall make arrangements at an off-base location in
accordance with local and state codes for disposal of waste generated
from the site. CLEAN UP. Contractor shall maintain the site free from
any debris and trash, and remove such debris and trash daily. No trash
or debris shall be disposed off on-base or any other federal lands,
nor shall it be disposed off in violation of any local, state, or
federal ordinances. FIRE PREVENTION AND PROTECTION. The contractor
shall comply strictly with the installation fire regulations and become
thoroughly familiar with the fire safety requirements applicable.
FACILITIES DAMAGE. Contractor shall be responsible for any and all
damages to existing facilities, utilities, and property incurred by his
work forces or equipment, and shall repair said damages to the
satisfaction of the COR at no expense to the government. UTILITY
OUTAGES. The contractor shall advise the CO in writing at least 10 days
in advance of any proposed utility shut-off. All outages are subject to
the approval of the COR through Base Civil Engineer. Should the
contractor accidentally shut-off a utility, Civil Engineering shall be
notified within one hour by calling #652-7779. The contractor is
responsible for damage to utilities and shall make repairs within 24
hours, (excluding sprinkler systems.) SAFETY. The contractor shall
observe all safety and fire regulations presently enforced at Nellis
AFB. The work shall be in accordance with all Occupations Safety and
Health Act (OSHA) standards. Proper temporary fencing and/or barricades
shall be placed for Government personnel protection. FINAL INSPECTION.
The contractor shall request a final inspection, in writing, 5 days in
advance of the final inspection date. The contractor shall allow for
enough time so that all work including final clean up and inspection is
completed within the normal working hours as identified in paragraph
4.4, _HOURS OF OPERATION_. UTILITIES. Water and electricity shall be
furnished from existing outlets or hose bibs to the contractor by the
government at no expense to the contractor. If additional outlets are
required, they will be provided at the contractor's expense. The
contractor shall be solely responsible for telephone service. HAUL
ROUTE CLEAN UP. The contractor shall clean, sweep, or pick up, as
necessary, any debris spilled along haul routes, immediately after
passage. Clean up shall be performed to the satisfaction of the CO.
DIMENSIONS & QUANTITIES: Contractor shall field verify all dimensions
and quantities on site before start of work. Notify the CO as soon as
practical of any dimension and quantity discrepancies. QUALIFICATION
DATA: Contractor Superintendent shall have at least 5 years experience
on landscaping projects. Submit qualification data for persons to
demonstrate their capabilities and experience. For Past Performance
evaluation, include lists of completed projects with names and
addresses, names and address of architects and owners, and other
pertinent information. BID SCHEDULE: Offeror_s shall provide price
quotes for each of the following items: 0001AA -- Dump Charges 13 tons,
0001AB -- Rubbish Handling 1 ea, 0001BA -- Install sod to a uniform
elevation and maintain until roots are established 25,000 SF, 0001BB --
Install sod to a sloped elevation and maintain until roots are
established 5,000 SF, 0001CA -- Plant bed prep, excavate planting pit
370 CY, 0001CB -- plant bed prep, backfill planting pit 370 CY, 0001CC
-- Remove existing sod 3,400 SY, 0001DA -- Ground cover stone chips
50lb bag 20 bags, 0001EA -- Mulch, aged barks 3_ deep 35 SY, 0001EB --
Mulch, humus peat, 1_ deep, 120 SY, 0001FA -- Trees, deciduous, 2_
caliper 7 ea, 0001GA -- Tree removal 7 ea. 0002AA -- Sprinkler System,
spray head with risers 100 ea, 0002AB -- Controller valve boxes 5 ea,
0002AC -- Electromech control, 18 station dual prog 3 ea, 0002BA --
PVC pipe and fittings 300 LF, 0002CA -- PVC schedule 40 12_ to 34_ dia
100 LF, 0002DA -- Cast iron manhole cover 1 ea. Offeror_s shall submit
their quotes by 4:30 PM PST on 20 Aug 99, quotes may be mailed to 99
CONS/LGCV 5865 Swaab Blvd Nellis AFB, NV 89191-7063, Attn SSgt Long.
Contractors may also fax their quote to (702)652-5405 or email them to
deric.long@nellis.af.mil. TERMS AND CONDITIONS: The provision at FAR
52.212-1, Instruction to Offerors-Commercial, applies to this
solicitation. The provision at FAR 52.212-2, Evaluation _ Commercial
Items, applies to this solicitation and award will be made to the
responsive, responsible offeror whose offer represents the best value
to the government based on price and past performance. The provision at
52.212-3, Offeror Representations and Certifications-Commercial Items,
applies to this solicitation. Offerors who fail to submit a completed
Reps and Certs may be considered non-responsive. The clause at FAR
52.212-4, Contract Terms and Conditions-Commercial Items applies to
this solicitation. The clause at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders-Commercial
Items, applies to this solicitation. Specifically, the following cited
clauses are applicable to this solicitation: FAR 52.219-6 Notice of
Total Small Business Set-Aside, FAR 52.222-3 Convict Labor, FAR
52.233-3 Protest after Award, FAR 52.222-26 Equal Opportunity; FAR
52.222-35 Affirmative action for Disabled Veterans and Veterans of the
Vietnam, Era; FAR 52.222-36 Affirmative Action for workers with
Disabilities, FAR 52.222-37 Employment Reports on Special Disabled
Veterans on the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds
Transfer-Central Contractor Registration; FAR 52.222-41 Service
Contract Act of 1965 as amended. In compliance with the Service
Contract Act of 1965, and the regulations of the Secretary of Labor,
this clause identifies the classes of service for employees expected to
be employed under the contract and states the wages and fringe benefits
payable to each if they were employed by the contracting agency subject
to the provisions of 5 USC 5341 or 5332. FAR 52.222-42,Statement of
Equivalent Rates for Federal Hires, FAR 52.222-44 Fair Labor Standards
Act. DFARS 252.204-7004 Required Central Contract Registration. The
following clauses apply to line item 0002 only; FAR 52.222-6
Davis-Bacon Act, FAR 52.222-8 Payrolls and Basic Records. For
solicitations after 1Jun 98 all contractors are required to be
registered in the central contractor registration (CCR) database to
receive a DOD award or payment. Lack of registration in CCR will make
an offeror ineligible for award. Contractors may obtain information on
registration via the Internet at http://ccr.dlsc.dla.mil. Internet
processing takes approx. 48 hours. Duns number must be provided by the
contractor with all offers. If the Duns number is not known, call
(800) 333-0505. You will immediately be provided the number at no
charge. Department of Labor Wage Determination No: 94-2331 REV (12)
applies to line item 0001 and Department of Labor General Decision,
Heavy & Highway, NV990005 applies to line item 0002 of this
solicitation. The Statement of Work, Bid Schedule, Maps and/or Site
Plans, Schedule of Material Submittals(AF Form 66), Wage
Determinations, and Representations and Certifications of Offerors are
posted on the Electronic Posting System (EPS) at http://www.eps.gov.
To find this solicitation look under Search EPS Posts and type in the
Solicitation number (F2660099Q0434). If you are unable to access the
web-site fax (702-652-5405) or call SSgt Deric Long at (702-652-6865)
or TSgt Chris Prather at (702-652-9561) and they will be provided to
you. The Defense Priorities and Allocation System (DAPS) assigned
rating is, DO S10. Posted 08/06/99 (D-SN364931). (0218) Loren Data Corp. http://www.ld.com (SYN# 0124 19990810\S-0005.SOL)
S - Utilities and Housekeeping Services Index Page
|
|