COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2000 PSA #2682
SOLICITATIONS
S -- RESIDENTIAL LANDSCAPING
- Notice Date
- September 7, 2000
- Contracting Office
- Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
- ZIP Code
- 79607-1581
- Solicitation Number
- F41652-00-Q0168
- Response Due
- September 21, 2000
- Point of Contact
- Terry Winter, Contract Specialist, Phone (915) 696-2358, Fax (915) 696-3676, Email terry.winter@dyess.af.mil -- Kimberly Peterson, Contract Specialist, Phone (915) 696-5569, Fax (915) 696-3676, Email
- E-Mail Address
- Terry Winter (terry.winter@dyess.af.mil)
- Description
- 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. The announcement constitutes the only solicitation; proposals are being requested and written solicitations will not be issued. Solicitation is issued for Request for Quotation (RFQ) #F41652-00-Q0168. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-014. This is a small business set-aside procurement under Standard Industry Classification (SIC) 0782, Landscaping Services. Small Business size standard is $5,000,000. There is one contract line item (CLIN). Dyess AFB intends to establish a Firm Fixed Price contract for Residential Landscaping Services. Period of performance will be 1 Oct 00 through 30 Sep 01. The contractor shall provide materials and services related to residential landscaping on Dyess AFB, TX. This acquisition will be accomplished as a Commercial Service in accordance with FAR 12, Utilizing Commercial Acquisition Procedures and FAR 15, Contracting by Negotiations. Offers will be evaluated utilizing Past Performance and Price Factors. This is a Small Business Set-Aside procurement. DESCRIPTION: Statement of Work (SOW). The contractor shall provide all personnel, equipment, tools, materials, supervision, and all incidentals necessary to accomplish miscellaneous landscaping duties at Dyess AFB military family housing units. Orders for work will be issued for individual housing units. Upon receipt of order, contractor shall perform all landscaping work within seven (7) working days. Contractor shall maintain landscaping and water at least once a week, not to exceed two weeks per unit. New landscaping shall be watered to a depth of one inch during the growing season. The Housing Office shall determine exact addresses where work will be performed. Contractor can expect 200 units per year. Seasonal variance shall be expected. Contractor shall submit a recommendation of landscaping per unit to the Contracting Officer_s Representative (COR) for approval. Work shall consist of the following and shall be order by the COR): (a) the contractor shall develop a new plant bed in front of the unit and plant selected drought tolerant and heat tolerant landscaping shrubs. Contractor shall warrantee landscaping free of disease. Planting bed soil shall be turned, raked smooth and free of all weeds/grass and have appropriate soil amendments added as necessary. The COR shall determine the size of the bed (b) weed block shall be installed in the planting bed and covered thoroughly with three (3) inches of cedar wood chips or other termite deterrent wood chips. Weed block material shall be warranted for at least two years (c) the bed shall be outlined with six (6) inch high quality, black plastic edging. Product shall be warranted against splitting, cracking or breaking for a period of at least two years. Only high grade black plastic edging shall be used (d) grass sod shall be installed at some of the units according to accepted landscaping practices. The COR shall determine units where sod is required and the size of the area. Sod shall be appropriate for the condition of the area (sun or shade). ESTIMATED WORK LOAD: Develop planting bed with weed block and wood chips (6,000 Square Feet); Install six (6) inch black plastic edging around planting bed (3,200 Linear Feet); Plant three (3) gallon shrubs _ examples: Texas Sage, Dwarf Yaupon, Dwarf Crepe Myrtle, Nandina (800 total); Install grass sod (2,000 Square Yards). The contractor shall provide a contract manager who shall be responsible for the performance of the work. The contractor shall conform to all Base regulations and Directives that pertain to security, traffic, fire and personnel clearances, insofar as they apply to the contractor_s activities as directed. The contractor shall comply with Air Force Occupational Safety and Health (AFOSH) standards. Place of performance is stated in SOW. Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 1995) is hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 1995)is hereby incorporated by reference. Offerors are reminded to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 1997) and 252.212-7000, Offeror Representations and Certifications -- Commercial Items (Nov 1995) with its offer. Contact our point of contact for full text if necessary. Offerors are also reminder to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the internet at http://ccr.edi.disa.mil. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1997), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -- Commercial Items (Aug 1996), is hereby incorporated by reference. The following paragraphs apply to t his solicitation and any resultant contract, 52.222-41 Service Contract Act, 52.222-43 Fair Labor Standards Act, 52.246-4 Inspection of Services, 252.232-7009 Payment by Electronic Funds Transfer (CCR) (Jun 1998), DFAR 252.204-7004 Required Central Contractor Registration (Mar 1998). Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 1997) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: 252.247-7023, 252.219-7006, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024, 252.242-7003, and 252.243-7001. Additional Defense Federal Acquisition Regulation Supplement (DFARS) Clauses 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 1991) and 252.225-7003, Information for Duty Free Evaluation (Aug 1992). The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Commerce Business Daily note number 1 applies. Signed and dated offers shall be submitted to 7th Contracting Squadron, 381 3rd Street, Dyess AFB, TX 79607-1581, ATTN: Terry Winter, not later than 3:00 PM CDT, 21 Sep 00.
- Web Link
- Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41652-00-Q0168&LocID=1003)
- Record
- Loren Data Corp. 20000911/SSOL004.HTM (D-251 SN494011)
| S - Utilities and Housekeeping Services Index
|
Issue Index |
Created on September 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|