Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2006 FBO #1528
SOLICITATION NOTICE

Z -- Lawn mowing services for single family housing foreclosure properties in Kentucky

Notice Date
1/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Rural Development, Kentucky State Office, 771 CORPORATE DRIVE SUITE 200, LEXINGTON, KY, 40503
 
ZIP Code
40503
 
Solicitation Number
60-5343-6-RFQ03
 
Response Due
2/21/2006
 
Archive Date
3/8/2006
 
Description
Lawn Mowing Services for Single Family Housing Foreclosure Properties in Kentucy Contact David R. Beveridge at phone 859-224-7332 or by EMAIL at david.beveridge@ky.usda.gov for a copy of full RFQ. If calling, please provide full Email address. SUBSTITUTE STANDAD FORM 18 This RFQ is not a small business set aside Page 1 of 30 Block #1- Request No. 60-5343-6-RFQ03 Block #2- Date Issued 01-30-2006 5a. Issued by; - USDA Rural Development, 771 Corporate Drive, Suite 200, Lexington, KY 40503 NAME David R. Beveridge Telephone Number 859-224-7332 Block #6 Deliver By ? Throughout the 2006 mowing season Block #7 ? Delivery FOB Destination Block #9 Consignee ? As specified on each order issued Block #10 Please furnish quotations to the issuing office in block 5a on or before close of business (date) 02/21/2006 Block 11a Item Number ? 01 Block 11b First Time Mowings Block 11a Item Number ? 02 Block 11b Regular Mowings Block 11a Item Number ? 03 Block 11b Bush Hog Mowings Block 12. NOTE: Additional provisions and representations are attached. Quotations are due 5:00PM Local Time, 02/21/2006. Late submissions might not be considered. TECHNICAL QUOTATION FORMAT The vendor should prepare a separate Technical quotation. The technical quotation should not include any pricing information. The technical quotation should address the vendor?s past performance in providing services of this nature, the vendor?s possession of equipment and reliable transportation to be used in providing these services, and the vendor?s ability to perform these services. This document should generally be one page or less. If the vendor will not be personally providing the services, but will provide services through use of employees and/or subcontractors, the vendor should also present a staffing plan outlining: 1. What employees are currently on staff, and/or what subcontractors are currently under arrangements to work for the prime contractor. 2. What number of employees, and/or what number of subcontractors (together with identification of the number of staff, will be needed in addition to those identified in #1 above. 3. The recruiting procedure that will be used under #2 above. PRICE QUOTATION FORMAT The contractor?s price quotation shall be separate from the technical quotation. Prices shall be presented as the entire price to perform each service a single time. All labor, material, travel costs, equipment use, etc. shall be included in the unit price quoted. Discount for Prompt Payment-Block #12 of Standard Form 18 allows the vendor to offer a discount for payment before the normal 30 day payment cycle. The Government will not give any evaluation preference for discount for prompt payment because it is anticipated that payment will be made approximately 30 days after receipt of invoice. However, if the vendor does offer a prompt payment discount the Government will take any discounts to which it is entitled. No evaluation preference will be given to vendors offering a prompt payment discount. In conformance with the Service Contract Act, you must specify the wages and fringe benefits you will be paying any service employees, or certify below that no service employees will provide services under any Purchase Order issued under this Request For Quotations. EITHER CERTIFY THAT: Hourly Wage to be paid to service employees is: ________________________________ Hourly Health and welfare benefit is: _________________________________________ OR CERTIFY THAT: /__/ No service employees will provide services under any Purchase order issued under this Request For Quotations. PRICE QUOTATION FORMAT Enter your prices on the following page in the following format ____/____/____, where the first space is used for ?First Time Mowings?, the second space is used for ?Regular Mowings? and the third space is used for ?Bush Hog Mowings?. For Example if you priced: First time Mowings at $50.00, and Regular Mowings at $30.00, and Bush Hog Mowings at $60.00 your quoted price would appear as $50.00/$30.00/$60.00 1st /Reg/Bushhog Bardstown Office ____/____/_____Bullitt ____/____/_____Jefferson ____/____/_____Marion ____/____/_____Nelson ____/____/_____Spencer ____/____/_____Taylor ____/____/_____Washington Bowling Green Office ____/____/_____Allen ____/____/_____Butler ____/____/_____Edmonson ____/____/_____Simpson ____/____/_____Warren ____/____/_____ Barren Elizabethtown Office ____/____/_____Brecknrdge ____/____/_____Grayson ____/____/_____Hardin ____/____/_____LaRue ____/____/_____Meade Elkton Office ____/____/_____Caldwell ____/____/_____Christian ____/____/_____Hopkins ____/____/_____Lyon ____/____/_____Logan ____/____/_____Todd ____/____/_____Trigg Flemingsburg Office ____/____/_____Bath ____/____/_____Bracken ____/____/_____Campbell ____/____/_____Fleming ____/____/_____Lewis ____/____/_____Mason ____/____/_____Nicholas ____/____/_____Pendleton ____/____/_____Robertson ____/____/_____Rowan ColumbiaOffice ____/____/_____Adair ____/____/____ Casey ____/____/_____Cumberland ____/____/_____Green ____/____/_____Metcalfe ____/____/_____Monroe ____/____/____ Russell Grayson Office ____/____/_____Boyd ____/____/_____Carter ____/____/_____Elliott ____/____/_____Greenup ____/____/____Lawrence Hazard Office ____/____/_____Harlan ____/____/_____Leslie ____/____/_____Letcher ____/____/_____Perry London Office ____/____/_____Bell ____/____/_____Clay ____/____/_____Knox ____/____/_____Laurel ____/____/_____Whitley New Castle Office ____/____/_____Carroll ____/____/_____Franklin ____/____/_____Henry ____/____/_____Oldham ____/____/_____Shelby ____/____/_____Trimble Nicholasville Office ____/____/_____Anderson ____/____/_____Boyle ____/____/_____Jessamine ____/____/_____Mercer ____/____/_____Woodford Owensboro Office ____/____/_____Crittendon ____/____/_____Davies ____/____/_____Hancock ____/____/_____Henderson ____/____/_____McLean ____/____/_____Muhlenburg ____/____/_____Ohio ____/____/_____Union ____/____/_____Webster Paducah Office ____/____/_____Ballard ____/____/_____Calloway ____/____/_____Carlisle ____/____/_____Fulton ____/____/_____Graves ____/____/_____Hickman ____/____/_____Livingston ____/____/_____Marshall ____/____/_____McCracken Prestonsburg Office ____/____/_____Floyd ____/____/_____Johnson ____/____/_____Knott ____/____/_____Martin ____/____/_____Pike Richmond Office ____/____/_____Estill ____/____/_____Garrard ____/____/_____Jackson ____/____/_____Madison ____/____/_____Rockcastle Somerset Office ____/____/_____Clinton ____/____/_____Lincoln ____/____/_____McCreary ____/____/_____Pulaski ____/____/_____Wayne West Liberty Office ____/____/_____Beathitt ____/____/_____Lee ____/____/_____Magoffin ____/____/_____Menifee ____/____/_____Morgan ____/____/_____Owsley ____/____/_____Wolfe Williamstown Office ____/____/_____Boone ____/____/_____Gallatin ____/____/_____Grant ____/____/_____Harrison ____/____/_____Kenton ____/____/_____Owen ____/____/_____Scott Winchester Office ____/____/_____Bourbon ____/____/_____Clark ____/____/_____Fayette ____/____/_____Montgomry ____/____/_____Powell EVALUATION FACTORS FOR AWARD For purposes of this solicitation the NCIAS Code is 561730. The SIC Code is 0782,0783. The small business size standard is average annual receipts over the last three years of $6 Million or less. In addition to price, the Government will consider other factors in selecting the contractor for award. Other factors to be considered will be past performance, the vendor?s capability to perform the required services, the vendor?s present staff, and staffing plan for additional employees and/or subcontractors. STATEMENT OF WORK The contractor shall furnish all the necessary personnel, material, equipment, services and facilities to perform the Statement of Work (SOW) specifications as described herein. Lawns are generally 1/5 to ? acre, but this includes yards up to and including one (1) acre. Services will be performed only when assigned by the Contracting Officer. The mowing season will generally begin approximately April 1 or April 15, as directed by the Local Office. Mowings will generally be twice per month after mowing begins on a specific property. Properties disposed of by Rural Development will be removed from the mowing cycle. Rural Development may also stop mowing specific properties by giving notice to the contractor. For all items below, trimming must be done by a mechanical device such as a ?weed wacker?, ?string trimmer?, etc. Chemicals such as herbicides, or other similar materials may not be used. It is generally left to the discretion of the contractor to establish the exact mowing dates for the semi-monthly mowing schedule. Lawns shall generally be mowed within 1 or 2 days of the established semi-monthly mowing cycle. However, the Government may direct any of the following services to be performed on a certain day, or within a timeframe of 2 or 3 days. If so directed, this will normally be done to give the best property appearance for a foreclosure sale. In those cases the contractor must provide the special mowing as directed, at the same prices as quoted. The Government will normally give at least 5 days advance notice of a special mowing date. It is anticipated that some hidden foreign objects may be present in the lawn. The Government is not responsible for any damages caused by foreign objects. The contractor is responsible for removing and properly disposing of foreign objects. 01. LAWN MAINTENANCE SERVICE ? FIRST MOWING It is anticipated that the grass will be higher than normal for the first mowing. Properties will be mowed, raked, and all clippings removed and properly disposed of. Border area around the dwelling walls, driveways, posts, trees and shrubs will be trimmed as part of the work under this line item. It is anticipated that debris such as leaves, tree limbs, paper, plastic, and other items will have accumulated in the off season. The contractor is responsible for removal and proper disposal of these items. 02. LAWN MAINTENANCE SERVICE ? REGULAR MOWING During applicable months, the contractor will mow and rake each lawn and remove clippings from the property as appropriate. The mowings shall be at regularly spaced intervals not to exceed twice per month on any one property. Border area around the dwelling walls, driveways, posts, trees and shrubs will be trimmed with each mowing. All debris and foreign items shall be properly disposed of. Clippings shall be removed if they show a noticeable residue on the lawn. Clipping residue shall always be removed from paved surfaces, driveways, and flower beds. NOTE: During dry weather months or late fall, the mowings may be reduced to every three weeks, or one per month and in the early spring, the mowings may be more frequent. Any change from the twice per month schedule will be given to the contractor in writing by either the Contracting Officer and/or the program personnel at the Local Office specified in the block entitled Consignee on the first page of this purchase order. 03. LAWN MAINTENANCE SERVICE ? BUSH HOGGING The Contractor will bush hog or otherwise mow properties where the grass has exceeded two (2) feet in height. Border area around the dwelling walls, driveways, posts, trees and shrubs will be trimmed. After property has been bush hogged and trimmed, the contractor will rake the entire yard and haul cut grass away and properly dispose of cut grass, debris, and any foreign items. ESTIMATED QUANTITY The Quantities in the Purchase Order are estimated amounts only. The Estimated number of mowings and estimated amount of this order do however represent a ceiling amount which may not be exceeded without the Contracting Officer issuing a formal written modification to this order and obligating additional funding. The estimated quantities and funding amounts for each item may only be used for properties in those specific fund categories and time periods. Neither the estimated quantities nor the funding may be exceeded without the Contacting Officer issuing a formal written modification to this purchase order. The number of mowings required by the Government is dependent on the number of properties requiring service, and the weather. Specific authorization to mow specific properties at specific times, or temporary directives to suspend mowings because of dry weather, or any other reason will be provided to the contractor by either the Contracting Officer, or by program personnel at the Local Office specified in the block entitled Consignee on the first page of this purchase order. Similarly, either the Contracting Officer and/or the program personnel at the Local Office specified in the block entitled Consignee on the first page of this purchase order may discontinue mowing service at any or all properties because of properties moving out of the Government?s inventory, or for any other reason, and the contractor shall not be entitled for any payment for services not rendered, including anticipatory profits, overheads, personnel costs, or any and all similar costs. INVOICES The contractor shall submit one consolidated invoice per month for all mowings that were completed during the month. Submission by the contractor, of invoices more frequently than monthly is not permitted. FAR 52.217-8 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor on or before September 30, 2004 provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed November 15, 2004. (d) Placing of the above notices in the U.S. Postal Service Mail by the Contracting Officer shall be deemed to be providing the contractor with the required written notice. (End of Provision) FAR 52.232-19 Availability of Funds for the Next Fiscal Year Funds are not presently available for performance under this contract beyond September 30, 2005. The Government?s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2005, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. TERMINATION FOR CONVENIENCE ? The Contracting Officer, by written notice, may terminate any individual work assignment or this purchase order itself in whole or in part, for the Government?s convenience. See FAR clause 52.249-4. TERMINATION FOR DEFAULT ? The Contracting Officer, by written notice, may terminate any individual work assignment or this purchase order itself in whole or in part, for failure of the vendor (contractor) to perform any of the provisions of this purchase order. In such an event, the vendor (contractor) shall be liable for damages, including the excess cost of reprocuring the services. See FAR Clause 52.249-8. SERVICE CONTRACT ACT ? This Purchase Order provides for services as defined by the Service Contract Act of 1965 and PL 89-286. The Act and the public law are applicable. The vendor (contractor) is required to provide this office with an annual Wage Rate Information Sheet in accordance with FAR Part 37. In addition the vendor (contractor) is required to pay each service employee employed in the performance of this Purchase Order by the contractor or subcontractor not less than the wage and fringe benefits determined by the Secretary of Labor that prevails in the locality. The minimum wage and fringe benefits for this service are specified in the wage rate determination that are attached to this Purchase Order at the time of execution. In the absence of a specific wage rate determination, the minimum wage set forth in the Fair Labor Standards Act will prevail. Note: The seven (7) Wage determinations attached to this Request For Quotations are presented in condensed print. If you need a full size copy, contact the Contracting Officer, listed in block #5 of the Standard Form 18. Wage determinations are also available on-line. The site is presently at www.wdol.gov
 
Place of Performance
Address: Various counties in the Commonewalth of Kentucky
Zip Code: Various
Country: Various
 
Record
SN00975431-W 20060201/060130211722 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.