Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406

Department 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