Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
MODIFICATION

Z -- Grounds Maintenance Services for the Chalmers P. Wylie VA Ambulatory Care Center, Columbus, OH 43219.

Notice Date
4/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Chalmers P. Wylie Ambulatory Care Center;ATTN: Contracting (91);420 North James Road;Columbus, OH 43219-1834;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA-250-10-RP-0057
 
Response Due
4/16/2010
 
Archive Date
5/26/2010
 
Point of Contact
John McCreay (john.mccreay@va.gov)Andrew Flynn (andrew.flynn@va.gov)
 
E-Mail Address
Contract Specialist
(andrew.flynn@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Amendment #2 dated 4-9-2010 1. SOW revised to clarify the minimum and maximum acceptable grass length, the required minimum mulch amount, and to revise the diameter of the aeration plugs. Use the Track Changes tool for further information. 2. Proposal due date is now Friday, April 16, 2010 at 4:30pm EST. NOTE: New contractor questions are answered at the very bottom of the solicitation CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer (91) Department of Veterans Affairs Chalmers P. Wylie Ambulatory Care Center 420 N. James Rd Columbus, OH 43219-1834 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] Monthly 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGEMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, 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. The solicitation number is VA-250-10-RP-0057; this is a request for proposal (RFP). Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 as corrected. This solicitation is a Total Veteran-Owned Small Business Set-Aside. The NAICS code is 561730 Landscaping Services, with a size standard of $7 million. All services shall be performed at the Chalmers P. Wylie Veteran Affairs Ambulatory Care Center (VAACC-Columbus), 420 North James Rd., Columbus, OH 43219-1834. SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority of Public Law 109-461 (38 USC 8127 and 8128, dated 12-22-2006) and is a Total Veteran-Owned Small Business Set-Aside (VOSB). The VOSB must be small, under the relevant North American Industrial Classification Standard (NAICS) code, and MUST be registered and able to be verified in the following websites: http://www.vip.vetbiz.gov, https://www.bpn.gov/ccr/default.aspx, https://vets100.vets.dol.gov, and http://orca.bpn.gov to be eligible for award. Offerors MUST ensure registration in these websites are accurate and have not expired prior to proposal opening date. Contract type is Firm Fixed Price. Contract award will be made in accordance with FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process. Award will be made to the offeror with the lowest proposal price that also demonstrates the technical capability to perform all duties as detailed in the Statement of Work (SOW). All offerors shall submit a Technical Capability Statement with their offer which discusses the staff, equipment, procedures, processes, etc. that will be utilized. See Provision 52.212-2 -- EvaluationCommercial Items for additional detail. Site Visit: Tuesday, April 6, 2010 at 10:00am EST. The site visit will occur at the Chalmers P. Wylie VA Ambulatory Care Center, 420 N. James Road, Columbus, Ohio 43219-1834. Participants shall enter the building at the main entrance of the facility, at which time they will register for a day pass at the front desk. Participants shall gather in the 1st floor atrium. The VA Points of Contact (POC) are Can Van, (614) 257-5309, and Roger Dunifon, (614) 257-5314. Offer due date: Hardcopy offers must be received at the following address by Friday, April 16, 2010 at 4:30pm EST. Department of Veterans Affairs ATTN: John McCreay, Contracting (91) Chalmers P. Wylie Ambulatory Care Center 420 N. James Rd Columbus, OH 43219-1834 Late offers will not be accepted. Award will be made approximately 1 week later. For information regarding the solicitation, email John McCreay (john.mccreay@va.gov) and Andrew Flynn (andrew.flynn@va.gov). All questions must be received by Friday, April 9, 2010 at 1:00pm EST. STATEMENT OF WORK (SOW): 1.SERVICES TO BE PROVIDED: The contractor shall furnish all necessary labor, equipment, tools, materials, parts, supervision and incidental costs, including transportation and lodging to provide complete grounds maintenance at the Chalmers P. Wylie VA Ambulatory Care Center (VAACC-Columbus), 420 N James Road, Columbus, Ohio 43219-1834. This work shall include the following: mowing of all grass areas; trimming/pruning of trees, shrubs, grasses, etc; mulching of beds; removal of grass, leaves and other debris caused by work; weeding of all beds; treatment of grassy areas to prevent weeds; spring and fall cleanup, including litter pickup, sweeping parking lots, edging of the concrete sidewalks and trimming of the asphalt driveways, and the watering of exterior plants without automatic sprinkler systems. The contractor shall schedule sweeping of traffic surfaces to minimize disruption to normal Ambulatory Care Center operations. The contractor shall schedule sweeping of the parking areas and other areas as necessary to enable maximum cleaning of traffic surfaces minimally obstructed by parking vehicles, normal traffic, etc. 2.LAWN AND PLANT TREATMENT: All grass areas shall be cut and maintained so that grass length does not exceed three and one-half (3.5) inches above the ground. Grass shall not be cut any lower than two and one-half (2.5) inches above the ground. VAACC-Columbus reserves the right to request additional mowing services on an as needed basis. After cutting, clippings shall be mulched or removed to the extent that no clippings shall be visible. (NOTE: The grass areas all have a sprinkler system installed) It is the responsibility of the contractor to monitor the height of grass and to mow when necessary. The contractor shall also fertilize the lawn areas as needed to prevent the growth or spread of weeds, such as clover, dandelion, crabgrass, and other invasive weeds. Fertilizer shall be put on the lawn to ensure that the lawn retains a lush, green appearance without bare spots. The contractor shall also ensure that grubs are not present and treat as necessary to prevent further infestation including pest and insects control. The contractor shall remove all dead trees and shrubs and provide the VAACC-Columbus a quotation for the cost of the replacement trees or shrubs. Weeds/grass growing up from concrete or asphalt cracks/borders/expansion joints will be eradicated by the contractor, so as to maintain a weed free appearance. 3.AERATION OF SOIL: Aeration consists of making plugs 5/8 inch in diameter by 3 inches deep on 9 inch centers across the complete area. Aerating plugs shall be mulched or removed. Aeration on those areas identified on the site plan exhibit shall be accomplished once each year during November. 4.PLANTING, BEDS, MULCHING AND WEEDING: All trees, shrubs, bushes and grasses shall be trimmed and pruned annually, and as deemed necessary by the VAACC-Columbus. Where these plants are immediately adjacent to each other, trimming shall be performed at such a frequency and extent that no branches from one plant shall be within the extent of a branch from another plant. Once perennial plants have bloomed and subsequently died, any remaining leaves or stems shall be trimmed back in a way that allows the plant to return the following year. All mulch beds shall be replenished so as to maintain a minimum of 3 inches of mulch at all locations. All beds shall be weeded at least at every mowing but will also be necessary when required by VAACC-Columbus. The contractor shall be responsible for weeding all beds, so as to maintain a weed free appearance. 5.CLEAN-UP: Grass cuttings, weeds and other debris on sidewalks, streets, parking lots, and other surfaces resulting from mowing, trimming, edging, and weeding will be swept, removed from serviced areas, and disposed of by the contractor at the contractors expense. During the autumn months, leaves that accumulate on gutters, roadways, parking areas, sidewalks and grassy areas will be gathered, removed from the serviced areas, and disposed of by the contractor at the contractors expense. Once during the spring and once during the fall, it is required that the contractor will perform an extensive cleaning including litter pickup of the areas mentioned, including using a commercial grade street sweeper. 6.NEW GRASS SEEDING: Include in the quotation, the cost of all necessary labor, equipment, tools, materials, parts, supervision and incidental costs, including transportation and lodging to provide complete initial grass seeding of the newly acquired space (approximately 36,000 square feet) just south of the facility. Anticipate that the ground will be rough graded. 7.SAFETY REQUIREMENTS: In the performance of this contract, the contractor shall take all necessary and prudent safety precautions in order to protect the lives and health of all individuals that frequent the facility. The Contracting Officer or his/her designee will notify the contractor of any non-compliance with the foregoing provisions and the action to be taken. The contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor, or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the contractor in default. 8.PROTECTION FROM DAMAGE: The contractor shall provide all labor, materials and equipment necessary to protect personnel, furnishings, equipment and buildings from damage; shall remove and replace movable items, if necessary, and shall replace or repair any item damaged due to work performed under this contract equal to its original construction and finish. 9.SITE VISIT: The contractor is 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, to the extent that the information is reasonably obtainable. A site visit will be scheduled by the Contracting Officer. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 10.FACILITY MEASUREMENTS: VAACC-Columbus currently consists of approximately 270,000 sq ft of grass that requires mowing, and approximately 49,000 sq ft of mulched areas. NOTE: Approximately by mid summer of 2010, the VAACC-Columbus will acquire an additional property to the south of the existing location. The new space will contain approximately 36,000 square feet of grass with minimal landscaping. Once active, this space shall be maintained in the same manner detailed in the SOW. Other Requirements: 1.Competency of Contractor Personnel: All services under this contract shall be performed by skilled personnel directly employed and supervised by the contractor. No foreign materials or non-United States citizens shall be utilized to perform any work required by this contract. Should contractor personnel changes occur during the term of the contract, the Government requires services to be of a sustained superior performance. 2.Licenses, Permits, and Insurance: The contractor shall obtain and maintain at his/her own expense all necessary licenses, permits, and insurance, and shall conform to all laws, regulations and ordinances applicable to performance of the contract. Upon award, the contractor shall provide to the Contracting Officer proof of insurance coverage. 3.Parking: Contractor personnel shall park in areas as designated by Contracting Officer Technical Representative (COTR). 4.Liability for Injury or Damage: The contractor shall not be held liable for any injury to Government personnel or damage to Government property arising from performance of contract services, unless such injury or damage is due to the fault or negligence of the contractor. SUPPLEMENTAL INSURANCE REQUIREMENTS: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. Price Schedule: All offerors shall fill in the Price Schedule and return it with their offer. The Price Schedule must be signed and dated. One time New Grass Seeding of approx. 36,000 sq. ft.$_____________ Base Period: Perform all duties in accordance with the SOW Date of award through September 30, 2010$_____________ Option Year I: Perform all duties in accordance with the SOW October 1, 2010 through September 30, 2011 $_____________ Option Year II: Perform all duties in accordance with the SOW October 1, 2011 through September 30, 2012 $_____________ Option Year III: Perform all duties in accordance with the SOW October 1, 2012 through September 30, 2013 $_____________ Option Year IV: Perform all duties in accordance with the SOW October 1, 2013 through September 30, 2014 $_____________ $_____________ GRAND TOTAL ______________________________________ Signature of OfferorDate NOTE: All Clauses and Provisions are Incorporated by Reference, unless otherwise noted. Clauses and Provisions can be located electronically at http:/www.acquisition.gov/far/index.html CONTRACT CLAUSES 52.202-1 Definitions (July 2004). 52.203-5 -- Covenant Against Contingent Fees (Apr 1984). 52.203-6 -- Restrictions on Subcontractor Sales to the Government (Sep 2006). 52.203-7 -- Anti-Kickback Procedures (Jul 1995). 52.204-7 -- Central Contractor Registration (Apr 2008). 52.204-9 -- Personal Identity Verification of Contractor Personnel (Sep 2007). 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Mar 2009). 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2010). Clauses incorporated by 52.212-5: 52.222-50, Combating Trafficking in Persons (Feb 2009). 52.233-3, Protest After Award (Aug 1996). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). 52.219-8, Utilization of Small Business Concerns (May 2004). 52.219-14, Limitations on Subcontracting (Dec 1996). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009). 52.222-3, Convict Labor (June 2003). 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2009). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222-54, Employment Eligibility Verification (Jan 2009). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965 (Nov 2007). The most current Wage Determination, as released by the Secretary of Labor, shall be in effect for this contract. Wage Determination No.: 2005-2417 (01/07/2010) is in effect; this wage determination shall be in effect until it is superseded by a new revision. Service Contract Act Wage Determinations can be found at http://www.wdol.gov/sca.aspx#0. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). For the purpose of this contract, the blank space is filled with: 11210 - Laborer, Grounds Maintenance 12.01 + 3.35 = $15.36 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) 52.217-8 -- Option to Extend Services (Nov 1999). For the purpose of this contract, the blank space is filled with: 60 days from the end of the effective period. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000). For the purpose of this contract, (a) is filled with: 60 days from the end of the effective period, 15 days from the end of the effective period. (c) is filled with 5 years, 6 months. 52.223-14 -- Toxic Chemical Release Reporting (Aug 2003). 52.225-1 -- Buy American ActSupplies (Feb 2009). 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008). 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-1 Payments (Apr 1984). 52.232-18 -- Availability of Funds (Apr 1984). 52.232-19 -- Availability of Funds for the Next Fiscal Year (Apr 1984). For the purpose of this contract, both blank spaces are filled with: the end of the effective period. 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). 52.237-3 -- Continuity of Services (Jan 1991). 52.244-6 -- Subcontracts for Commercial Items (Dec 2009). 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). For the purpose of this contract, the blank space is filled with: http:/www.acquisition.gov/far/index.html, http:/www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, http://farsite.hill.af.mil/VFvar1.HTM VAAR 852.219-11 -- VA Notice of Total Veteran-Owned Small Business Set-Aside (Dec 2009). VAAR 852.203-70 Commercial Advertising (Jan 2008). VAAR 852.237-70 Contractor Responsibilities (Apr 1984). SOLICITATION PROVISIONS 52.212-1 -- Instructions to Offerors -- Commercial Items (Jun 2008). 52.212-2 -- EvaluationCommercial Items (JAN 1999). For the purpose of this contract, contract award will be made in accordance with FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process. Award will be made to the offeror with the lowest proposal price that also demonstrates the technical capability to perform all duties as detailed in the Statement of Work (SOW). All offerors shall submit a Technical Capability Statement with their offer which discusses the staff, equipment, procedures, processes, etc. that will be utilized. Offerors shall directly address all major items in the Statement of Work (1-10) and all major items in the Other Requirements (1-4). The Technical Capability Statement shall be rated as follows: High, meets or exceeds all requirements in the SOW. No deficiencies. Offers a high chance of success; has no significant weaknesses. Medium, meets requirements in the SOW. Significant deficiencies and weaknesses can be readily corrected. Offers a substantial chance of success. Low, marginally meets requirements in the SOW. Significant deficiencies and weaknesses cannot be readily corrected. Proposal is acceptable, but has low probability of satisfying the requirements and offers minimal chance of success of award. Unacceptable, does not meet requirements in the SOW. Deficiencies have no chance to be corrected. Proposals receiving unacceptable ratings should be rejected during the initial evaluation process. In the situation where two or more offerors submit an identical low bid, the Technical Capability Statement shall be the determining factor for contract award. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (AUG 2009) All offerors are required to complete the annual representations and certifications electronically at http://orca.bpn.gov before submittal of offer. 52.216-1 -- Type of Contract (Apr 1984). For the purpose of this contract, the blank space is filled with Firm Fixed Price. 52.217-5 -- Evaluation of Options (July 1990). 52.223-13 -- Certification of Toxic Chemical Release Reporting (Aug 2003). 52.225-2 -- Buy American Act Certificate (Feb 2009). 52.233-2 -- Service of Protest. 52.237-1 -- Site Visit (Apr 1984). 852.233-70 -- Protest content/alternative dispute resolution (Jan 2008). Contractor questions: 1. I noticed that you do not have spring/fall clean up and side walk edging listed in solicitation. Answer: spring/fall clean up and side walk edging in now indentified in the amended Statement of Work. 2. The solicitation does not state how many times the fertilizing is to be performed each year. Answer: As stated in the solicitation "The contractor shall also fertilize the lawn areas as needed to prevent the growth or spread of weeds, such as clover, dandelion, crabgrass, and other invasive weeds. Fertilizer shall be put on the lawn to ensure that the lawn retains a lush, green appearance without bare spots." Fertilizing frequency is left to the discretion of the contractor, but must be performed as often as needed in order to maintain the stated standard (i.e. to prevent the growth and spread of weeds...., to ensure that the lawn retains a lush, green appearance without bare spots). 3. The solicitation does not state how many times weeding of grassy areas is to be performed each year. Answer: As stated in the solicitation, weeding shall be done "so as to maintain a weed free appearance." Weeding frequency is left to the discretion of the contractor, but must be performed as often as needed in order to maintain the stated standard (i.e. maintain a weed free appearance). New Contractor questions posted on 4-9-2010: 1. Contractor Question: Where can I access the site visit attendance log? Government Response: Email John McCreay (john.mccreay@va.gov) and Andrew Flynn (andrew.flynn@va.gov) for a copy. 2. Contractor Question: When did the last contractor perform spring clean-up? Government Response: March 2009 3. Contractor Question: When did the last contractor perform fall clean-up? Government Response: October 2009 4. Contractor Question: When was mulch last applied? Government Response: April-May 2009 5. Contractor Question: Is there anything outside of the fenced in area that is to be mowed? Government Response: The only area outside the fenced area that requires mowing is an approximately 300 square feet area of grass on the very north lot, next to the golf course. 6. Contractor Question: Does any of the area next to the AEP power distribution on the Northwest corner of the facility require mowing under this contract? Government Response: Nothing by the AEP power substation require mowing under this contract. The only area west of James Road included in this contract is an approximately 2,000 square foot area just north of our entrance. 7. Contractor Question: How many of each kind of plant are there? Government Response: The approximate number of plants (plus or minus 5%) are listed below: Shade Trees 235 Shrubs / Bushes 1,160 Ornamental / Conifer Trees 333 Perennials 2,980 Ornamental Grasses (which need to be cut down in the fall cleanup) 1,630 8. Contractor Question: Can I use my zero turn radius mower to mow on the islands? Government Response: No, the island areas are too small with too many trees for this type of mower. 9. Contractor Question: The solicitation as published at the FBO site does not include a Standard Form 1442. Is one required for this submission? Government Response: No, when using a combined synopsis solicitation format, SF 1442 or SF 1449 is not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA-250-10-RP-0057/listing.html)
 
Record
SN02117635-W 20100411/100409234637-7a417c495aa81fe70b4c533f545724ab (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  © 1994-2020, Loren Data Corp.