Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
MODIFICATION

F -- General Lawn Maintenance

Notice Date
3/17/2004
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1645 Highway 20 East, Bend, OR, 97701
 
ZIP Code
97701
 
Solicitation Number
R6-01-4-014
 
Response Due
3/29/2004
 
Archive Date
4/13/2004
 
Point of Contact
Cynthia Follose, Contracting Officer, Phone (541) 383-5552, Fax (541) 383-5544,
 
E-Mail Address
cfollose@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
The lawn is to maintained between 2-2 1/2 inches. One place in the notice has a question mark in the inches notification. There are other question marks through out this notice, ignore the question marks, the system is putting them in place of dash marks. The wage determination that is in effect for this solicitation is Wage Determination No. 1994-2439, Revision No. 20, Date of Last Revision, July 18, 2003. Place for receiving quotes is Deschutes National Forest 1645 Highway 20 East, Bend OR 97701. Dates for receiving quotes, remains the same, March 29, 2004, close of business at 1630. Call, Cyndy Armour, Contracting Officer at 541/383-5552, for more information if needed. The contractor shall provide any and all labor, equipment, materials, supplies, services, permits, and licenses necessary to perform General Lawn Maintenance at the Redmond Air Center located at 1740 SE Ochoco Way, Redmond, OR 97756. This work will be performed for a base year with 3 option years. A current map of the facility is available. There are 23 different areas to be mowed with approximate square footage at 56,616 + or - 15%. This contract is for the lawn maintenance of the Redmond Air Center. This involves the cutting of lawns and edging the areas around the cut lawn. The removal and disposal of the lawn cuttings and edging waste is the responsibility of the contractor. The lawn is to be maintained at a uniform height of 2-2 1/2 inches. The contractor will monitor the lawn growth and will determine when the lawns need to be cut and edged. -Lawns to be mowed and maintained to a uniform height of 2-2 1/2 inches. -Lawns to be edged along sidewalks, flower/shrub beds, or other structures every time the lawn is mowed. Height to match appearance of surrounding mowed area. -Lawn and edging debris to be removed and hauled away by contractor. -Sidewalks, parking lots and flower/shrub beds will be clean of lawn and edging debris. -The Redmond Air Center has all of the lawns on an automatic sprinkler system. All watering is done in the evening hours and should not interfere with the mowing work hours. -Work to be performed between the hours of 0700 and 1900. -Contractor will perform their own inspections and record the results in their Quality Control Plan. COR will periodically request to review contractor quality records. -Contractor will need to check in with the Contracting Officer’s Representative before beginning work, to determine if there are any areas on the facility that will not be accessible to the contractor. High fire activity may interrupt availability of certain areas on the facility for lawn maintenance. -The Redmond Air Center is a limited access facility. Contractor’s employees will be required to show a valid State Drivers License or other picture ID to obtain a Security ID Card for the facility. The Security ID card shall be worn in a visible location at all times, when performing the duties of the contract. -Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Technical contact at Redmond Air Center is Dave Bohning at 541-504-7386. Clauses by reference are: 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41 Service Contract Act of 1965 52.243-4 Changes 52.246-1 Contractor Inspection Requirements Performance period will be approximately the months of May through October of each year. LAWN MAINTENANCE – Item 01A - Base Year 2004: Qty = 6, Unit = Mo., Unit price $__________ Total Base Year $________________Item 01B - Option Year 2005: Qty = 6, Unit = Mo., Unit Price $________________ Subtotal Option Year 2005 $_________________. Item 01C – Option Year 2006: Qty= 6, Unit = Mo., Unit Price $_____________ Subtotal Option Year 2006 $_______________ Item 01D – Option Year 2007: Qty = 6, Unit = Mo., Unit Price $_____________ Subtotal Option Year 2007 $___________. Total all items base and subitems. $_____________________ Evaluation – Government will award a contract to responsible offeror, whose offer conforming to the solicitation is most advantageous to the Government. Price and past performance (timeliness, customer satisfaction and previous experience with the same type of contracts) will be looked at equally. Offeror who submits a quote for the option years that stays within a 7 percent price increase for subsequent years will be looked at more favorably to the Government than quotes which exceed the 7 percent. Items to include in the quote submission should be: Completed 52.212-3 Offeror Representations and Certifications-Commercial Items, prices for all line Item numbers and past performance history.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/04GG/R6-01-4-014/listing.html)
 
Place of Performance
Address: Redmond Air Center 1740 SE Ochoco Way Redmond, OR
Zip Code: 97756
Country: USA
 
Record
SN00548637-F 20040319/040317230645 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.