Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

S -- Combined Synopsis/Solicitation RFQ - Purpose to provide all necessary requirments to control vegetation, trim and mow grass at the DNSC Marietta, PA Depot

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense National Stockpile Center, 8725 John J. Kingman Road Suite 3229, Fort Belvoir, VA, 22060-6223, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP8000-07-T-0019
 
Response Due
6/22/2007
 
Archive Date
7/7/2007
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN THE SUBPART 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. Defense National Stockpile Center (DNSC): This is a Commerical Services requirement: to acquire commerical services necessary to maintain roads and grounds, cut and mow vegetation, and maintain the facilitiy buildings at the DNSC Marieta, PA Storage facility, State Highway 441, Marietta, PA 17547; NAICS Code 561730, small business size standard is $6.5 million (See Statement of Work below). Period of Performance for the above requirement is for 12 consecutive months, beginning in 2007; with one option period of 12 consecutive months. CLIN #0001: Roads and Grounds Maintenance Base Period: Period of Performance is 12 consecutive months from Date of Award. CLIN #0002: Roads and Grounds Maintenance Option #1: Period of Performance is 12 consecutive months from Effective Date of the contract modification exercising the option. This notice is to advise potential offerors of DNSC Solicitation SP8000-07-0019, Requested for Quote (RFQ), to fulfill the above ; to further advise that offers will be evaluated for ?Best Overall Value? and any subsequent award will result in a Firm Fixed Price type contract. This is 100% Small Business Set-aside, however, all responsible sources may submit a proposal. Proposals from business concerns other than a Small Business concern will be considered only if there are no proposals received from responsible Small Business concerns. Only offers covering both the basic and option period will be evaluated for award. All offers must be in the English language and in U.S. dollars. The scheduled date and time for the closing of Solicitation SP8000-07-T-0019 is June 21, 2007, 1:00 P.M. local time, Ft. Belvoir, VA. TO BE TIMELY, OFFERS MUST BE RECEIVED AT THE DEFENSE NATIONAL STOCKPILE CENTER BY THE ABOVE STATED DATE AND TIME. This Combined Synopsis/Solicitation will be available on the World Wide Web at http://www.fedbizopps.gov and https://www.dnsc.dla.mil on or about May 22, 2007. If you intend to submit an offer, please ensure that you provide all required submittals and complete all applicable fill-in clauses per the Combined Synopsis/Solicitation, including signature. Submit your offer to the DNSC Bid Custodian, before the closing date and time, at fascimile 703-767-5541. E-mail offers will not be accepted. NOTE: DNSC recommends offerors vist the site prior to submitting their proposals. To arrange for a site visit, please contact James Farley at Ph 908-725-6400 or Andrew Johnson at Ph 703-767-7610. If you have questions regarding this combined synopsis/solicitation, please contact Donald Nusbaum, Ph 703-767-5496, Fax 703-767-5411. The following information is provided in support of the above requirement: Statement of Work Grass Cutting Defense National Stockpile Center ? MOMA State Highwat 441 Marietta, PA 17547 Statement of Work Grass cutting and vegetation control Marietta, PA Depot 1/31/2007 apj PURPOSE: The purpose of this contract is to provide all necessary labor, supervision, equipment, materials, and supplies required to control vegetation, trim and mow grass at the DNSC Marietta, PA Depot. BACKGROUND: The roads surfaces are a mix of approximately three miles of asphalt surfaced roads and approximately two miles of compacted stone surfaced roads. The depot occupies approximately 33.20 acres of relatively flat terrain. There are approximately 26,520 feet of existing rail lines and 1700 linear feet of existing asphalt roads on the site. The property is secured by an eight (8) foot high chain link fence topped with 12 inches of barbed wire. There are four (4) vehicle and one rail access gates to and from the DNSC controlled piece of the property. The vehicle gate is manually operated and remotely controlled from the Somerville Depot located in Hillsboro, NJ. The contractor will call, fax and/or email the Contracting Officer Representative (COR) located at Somerville, NJ to gain access to the facility. The length of roads and depot acreage are stated for information purposes and are based upon the best information available to the Government at the time of issuance of this solicitation. The Contractor, however, is responsible for the performance of all necessary services to accomplish the intent of this contract. We strongly recommend the Contractor visit the site prior to submitting bid. REQUIREMENTS: 1. Contractor shall mow the grass in areas identified in attached Exhibit A and sub-paragraphs 1a to 1c when the height of the grass exceeds three (3) inches; grass shall be finished mowed to height between one and three quarters (1 ?) inches and two (2) inches in height, not to exceed eighteen cuts per contract. Mowed areas will be trimmed and edged as necessary to present a clean finished appearance. Weather and seasons may vary; however, most mowing will take place during mid April through mid October. The Contractor shall control vegetation by mowing, trimming and hand cutting. No herbicides shall be applied or used in any way. a. Cut grass ten (10) feet to either side of existing access roads. b. Cut and trim grass around all existing stacks of zinc. c. Cut grass twenty (20) feet around office trailer. d. Collect and dispose of refuse IAW applicable Federal, State and Local regulations 2. The Contractor shall perform monthly inspections to ensure the depot roads and walkways used by DNSC (as identified on Exhibit A) are in safe and passable condition. In the event that any included road or walkway surface is discovered to be unsafe for driving or walking respectively, due to deterioration damage such as potholes, cracks, or scaling, the Contractor shall prepare a written inspection report on company letterhead and deliver the report to the COR three working days after the date of inspection. 3. Work areas shall be maintained in a neat, clean, safe condition and shall, at a minimum, be cleaned at the end of each day?s mowing operation. All streets and roadways in/or adjacent to the site shall remain free of project generate trash and debris at all times. SUBMITTALS The submittals listed below are required with the offer. The Contracting Officer will approve them prior to award. 1) The Contractor shall develop and accomplish a work plan to achieve the requirements as stated above. The work plan shall be provided with the Contractor?s proposal and shall meet all requirements. 2) The Contractor shall provide and maintain a list of employees that are authorized to act as his/her agents and perform work under this contract. All such employees must provide a valid state driver?s license or photo identification. The contractor shall monitor and/or provide for the monitoring of his employees during scheduled working hours. Each employee who will operate a vehicle which exceeds 10,000 Gross Vehicle Weights (GVWs) must provide a commercial driver?s license. 3) The name, addresses, and permit/license number of the landfill(s) that will be used for this contract. See Requirements section paragraph 1d. 4) The Contractor is required to complete and return a copy of the Experience and Capability Questionnaire. SITE CONDITIONS: The DNSC Marietta Depot is located in East Donegal Township, Lancaster County, PA, approximately ? mile north of the Borough of Marietta, PA, on State Highway 441 Marietta, PA 17547. The Depot is completely fenced in with an unguarded manually operated access gate. The depot occupies approximately 33.20 acres of relatively flat terrain. Work areas shall be maintained in a neat, clean, safe condition and shall, at a minimum, be cleaned at the end of each day?s mowing operation. All streets and access roadways in/or adjacent to the site shall remain free of project generate trash and debris at all times. PERIOD OF PERFORMANCE The period of performance for the base period of the contract is for one full calendar year from the date of contract award. This contract consists of the base period and one (1) one-year option, if exercised. Option will be exercised in successive one year increments in accordance with FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). PROPOSAL: The contractor shall propose a firm, fixed price to accomplish the work identified on the RFP. This price shall include all labor, supervision, common replacement parts, materials, and supplies and shall include all considerations for administration, overhead, and profit. QUALITY ASSURANCE: The COR shall accomplish random periodic inspections of the elements identified in the contractor?s Work Plan to ensure conformance. ACCEPTANCE: Acceptance of maintenance services shall be accomplished by the COR. Satisfactory completion of the required services shall be determined by visual inspection of the depot?s roads and fence lines. 1. Zinc stacks free of vegetation. 2. Access roads free of vegetation. 3. Grass cut to a height of three (3) inches according to the requirements paragraphs 1. Acceptance of maintenance services shall be based on demonstration to the COR that the services have been completed and the depot infrastructure is fully operational and drivable; or when the COR is not at the facility, the contractor has provided a brief written summary assessment of the services performed. EVALUATION CRITERIA: Evaluating criteria are listed below in order of importance: 1. Expertise: Determination of the contractor?s level of expertise will be based on the number of similar projects accomplished within the past three (3) years. Greater consideration will be given to contractors that have performed identical services for other elements of the Federal Government. (50%) 2. Professional Certifications: Employee?s are required to maintain driver licenses and state issued certifications for refuse removal. These certifications must be obtained for the contractor to be considered for the award. (30%) 3. Price: (20%) CONTRACTING OFFICER REPRESENTATIVE (COR) David B. Miller (Alt) Lester Black GOVERNMENT FURNISHED EQUIPMENT None NOTE: To view the complete Combined Synopsis/Soliciation please go to the DNSC webpage at http://www.dnsc.dla.mil.
 
Place of Performance
Address: DNSC Marietta Depot, State Highway 441, Marietta, PA
Zip Code: 17547
Country: UNITED STATES
 
Record
SN01299984-W 20070524/070522220109 (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.