|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600Directorate of Contracting, 1830 Quartermaster Road, Fort Lee, VA
23801-1606 S -- HORTICULTURAL SERVICES INDOOR PLANT MAINTENANCE SOL
DABT59-00-T-1002 DUE 053100 POC Jean Person (804) 734-4630 E-MAIL:
personj@lee.army.mil, personj@lee.army.mil. This is a combined
synopsis/solicitation for commercialitems mprepared in accordance with
FAR 12.6 as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.
SCOPE OF WORK -Horticultural SERVICES shall consist of weekly program
for maintaining health and appearance of plants for Buildings 3002 and
3003. Existing plants within these bldgs will be evaluated at
beginning of contract and again within 30 days of award to determine if
quality of plants will allow for guarantee. Weekly program shall be
accomplished by trained technicians of the contractor. Technicians are
required to wear name tags or have name on professional uniform.
Program shall consist of he following: Notification to Government Point
of Contact (POC) of arrival on site and signature of same upon leaving.
Inspeciton of soil moisture levels and replenishmnet as necessary
contingent upon plant, normal watering once a week during business
hours. Inspection of soil and foliage, along with containers, as
needed, rotation of plants, when necessary relative to light source, in
order maintain maximum health and attractive appearance. Plants to be
taken to contractors facility to be sprayed for insects and disease
when needed. Foliage plants will be replaced at the sole expense by
contractor if any deteriorates in health and appearance so as to become
of lesser specification or grad from that which was originally
installed for ONE FULL YEAR from date of delivery(acceptance). Tropical
foliage is guaranteed to be healthy and free of disease. Each new plant
purchased from contractor will receive the following guarantee: The
plant will be replaced free at 100% during the first year. Plants will
be replaced at 50% of their retail list price during the remaineder of
the contract when deemed necessary by Government POC and contractors
staff. Contractor is not responsible for loss due to the following: 1)
natural disaster (floods, tornadoes, etc) 2) theft or vandalism, 3)
malfunction of heating/air conditioning, 4) lack of access to plants
(i.e. locked rooms), 5) accidental or malicious damage by government
workers or employee's of other contractors on the installation (i.e.
custodial personnel, food service personnel), and 6) unacceptable light
levels or if level of lighting significantly changes. FAR REQUIREMENT:
FAR 52-212-1 is applicable, FAR 52-212-2 EVALUATION-COMMERCIAL ITEMS
(Oct. 1995) (a) The Government will award a contract resulting from
this solicitation to the responsible offeror whose offer conforming to
this solicitation will be the most advantageous to the Government. The
following factors shall be used to evaluate offers, in descending order
of importance: (i) Past Performance -- each offeror will be evaluated
on his/her peformance under existing and prior contracts for products
or services. The Government will focus on information that demonstrates
quality of performance relative to the size and complexity of the
procurement under consideration. References other than those identified
by the offeror may be contacted by the Government with the information
received used in the evaluation of the offeror's past performance.
(ii) Experience -- Offerors shall submit a list of at least three
similar contracts completed during the past four years (with at least
one year of performance wompleted on each) and all contracts currently
in process. Contracts listed may include those with the Federal
Government, agencies of state and local Government's and commercial
customers. For each contract provide contract numbers, points of
contract with relevant information. Government intends to evaluate
proposals and award a contract without discussions iwth offerors
(except communications conducted for the purpose of minor
clarification). Each initial offer should contain the offeror's best
terms from a price and technical standpoint. The government reserves
the right to conduct discussions if later determined by the Contracting
Officer to be necessary options. 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
sucessful offeror within the time for acceptance specified in the
offer, shall result in a binding contract without further action by
either party. Before the offeror's specified expiration time, the
government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unlessa written notice of
withdrawal is received before award. 52.212-3 -- Contractor will
include a completed copy of this provision. 52.212-4 -- Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items. As prescribed in 12.301(b) (4), insert the following
clauses: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 1996) (a) The contractor
agrees to comply with the following FAR clauses, which are
indorporated in this contract by reference, to iomplement provisioins
of law or executive order applicable to acquisitions of commercial
items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3,
Protest After Award (31 U>S>C. 3553 and 40 U.S.C 759). (b) the
contractor agrees to comply with the FAR clauses in this paragraph (b)
which the contracting officer has indicated as being incorporated in
this contract by reference to implement provisions of law or
components: 52.203-6, Restrictions on Subcontractor Sales to the
Government, with Alternate I (41) U.S.C. 235g and 10 U.S.C. 2402),
52.219-8 Utilization of Small Business Concerns and Small Disadvantaged
and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637,
52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Actionm for
Handicapped Workers, 52.222-37 Employment Reports on Special Disable
Veterans of the Vietnam Era, 52.222-41 Service Contract Act of 1965,
52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43,
Fiar Labor Standards Act and Service Contract Act -- price Adjustment
(Multiple Year and Option Contracts). The Contractor is not required to
include any FAR clause, other than those listed below (and as may be
required by an addenda to this paragraph to establish the
reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components -- 52.222-26, Equal
Opportunity, 52.222.36 Affirmative Action for Handicapped Workers,
52.232-33 Electronic Funds Transfer, 252.024-7004 Central Contractor's
Registration. Pursuant to FAR 12.301, the following FAR clauses are
incorporated by reference: 52.217-9 Option to Extend Services, 52.217-9
Option to Extend Term of the Contract. This solicitation
DABT59-00-T-1002 is being issued as a Request for Quotations. All
provisions and clauses are those in effect through Federal Acquisition
Circular FAC-90-45, dated January 2, 1997 and GSA Reg Change 74, dated
January 27, 1997. The SIC code is 0782. This procurement is 100%
setaside for Small Business. Proposals due 31 May 2000 1330 at
Directorate of Contracting, 1830 Quartermaster Road, Fort Lee, VA 23801
POC: Jean Person telephone number (804) 734-4630, email
personj@lee.army.mil. Services will begin after award with four option
years. Posted 05/11/00 (W-SN453994). (0132) Loren Data Corp. http://www.ld.com (SYN# 0105 20000515\S-0006.SOL)
S - Utilities and Housekeeping Services Index Page
|
|