Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

S -- Grounds Maintenance

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (248);Network Contracting Activity 8;4300 Duhme Road, Suite 300;Madeira Beach FL 33708
 
ZIP Code
33708
 
Solicitation Number
VA24811RQ1322
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Chris LaShure
 
E-Mail Address
lashure@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Landscaping Services for Veterans Affairs Hospital, Ft Meyers, Florida 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number: VA-248-11-RQ-1322 This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $7M. This combined solicitation/synopsis is for purchase of the following commercial services: Contract Line Items: CLIN 0001 - Mowing CLIN 0002 - Fertilizer CLIN 0003 - Turf / Fungus Disease Control CLIN 0004 - Insect Control CLIN 0005 - Weed Control CLIN 0006 - Pruning CLIN 0007 - Edging CLIN 0008 - Thatch Removal CLIN 0009 - Irrigation System CLIN 0010- Blowing/Sweeping CLIN 0011-Retention Pond CLIN 0012- Sidewalks and Entrance Way CLIN 0013- Plant and Turf Replacement CLIN 0014- Plant Bed Description of requirements for items to be acquired: Landscape grounds maintenance, and landscape services such as mowing, lawn edging, trimming all trees and bushes, vegetative control, bed maintenance, irrigation system maintenance, testing, operations and repairs, fertilization and insect control and parking lot cleanliness at Ft. Meyers VAMC-2489 Diplomat Pkwy East Facility in accordance with the statement of work for the period of twelve months. Period of performance shall be: Base PeriodOctober 1, 2011 thru September 30, 2012 Option Period OneOctober 1, 2012 thru September 30, 2013 Option Period TwoOctober 1, 2013 thru September 30, 2014 Option Period ThreeOctober 1, 2014 thru September 30, 2015 Option Period Four October 1, 2015 thru September 30, 2016 ALL OFFERORS ARE TO INCLUDE A COMPLETED COPY OF THE PROVISIONS AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS. All clauses and provisions incorporated by reference can be attained from https://www.acquisition.gov/far/html/FARTOCP52.html The following provisions apply to this acquisition: 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, 52.212-1, Instruction to Offerors-Commercial Items, 52.212-2, Evaluation-Commercial Items, 52.219-1 Small Business Program Representations, Wage Determination 05-2103 (Rev.-11)applies, 52.237-2, Protection of Government Building, Equipment, & Vegetation, 852.203-70 Commercial Advertising. All interested Service Disabled Veteran Owned Small Business firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov and registered and verified as SDVOSB by the Center for Veterans Enterprise at the VetBiz Vendor Information Pages: http://www.vip.vetbiz.gov/general_user/default.asp. A site Visit will be scheduled for September 12, 2011 at 11:00 am EDT. The site visit will be held at 2489 Diplomat Pkwy East Cape Coral, FL 33909. The COTR is Eric Datko and can be reached at eric.datko@va.gov. Quotes shall be submitted electronically by Monday September 26, 2011, 11:00 pm (EST), via email to chris.lashure@va.gov. The point of contact (POC) for this solicitation is Chris LaShure, VISN8 Contracting Specialist. Please send any questions you have to chris.lashure@va.gov. NO PHONE CALLS PLEASE. B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00248 Department of Veterans Affairs Contracting Officer (248) Network Contracting Activity 8 4300 Duhme Road, Suite 300 Madeira Beach FL 33708 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than 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 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ B.2 STATEMENT OF WORK DESCRIPTION OF SERVICES/STATEMENT OF WORK Landscaping and Grounds Maintenance at Lee Count Clinic GENERAL: The Contractor shall provide all supplies, materials, equipment, labor, supervision, management and transportation to perform all lawn, grounds, sidewalk and parking lot maintenance. The contractor has responsibility for and must demonstrate by an inventory that he/she has all necessary equipment to perform work under this contract. The contractor has the responsibility for providing and installing fertilizer, soil amendments and insecticide materials. The contractor shall develop a schedule for lawn maintenance, fertilization, sidewalk, and parking lot cleanup for the approval of the contracting officer and/or his/her appointed designee within 10 days of contract award. Schedules should be developed so as not to be a hazard to employees, customers or visitors to the property. Requirements: Mowing All turf areas shall be mowed in a manner to maintain a uniform height of no less than 2 ½"during the peak growing season and no less than 2" during the winter season. Grass shall not be allowed to grow to a height of more than four (4) inches before being mowed. All grass areas shall be mowed as needed to keep a well groomed appearance at all times. No grass clippings shall be left on sidewalks, parking lot surfaces, or the city streets. All clippings blown into street and sidewalks shall be vacuumed up or blown back into grass area. Clippings can be left on the lawn as long as no readily visible clumps remain on the grass surface 36 hours after mowing. Otherwise, large clumps of clippings will be collected and removed by the contractor. In the case of fungal disease outbreaks clippings will be collected until the disease is controlled. Fertilizer Turf areas shall be fertilized no less than three (3) times per year using a fertilizer recommended under the Plant and Turf One (1) Year Guarantee. One application shall be made in the spring, followed by one in mid-summer and one in the fall. All fertilizer to be used shall be inspected by the contracting officer or his/her designee prior to application for quality and quantity. Any unapproved fertilizer shall be removed and the recommended type of fertilizer purchased by the contractor. When fertilization is performed, a report consisting of the areas fertilized, and the quantity and type of fertilizer used shall be given to the COTR. Failure to turn in reports shall be deemed work not performed and deductions made to the contract amount equaling cost of fertilizer plus labor. Soil samples must be taken and analyzed on a periodic basis to determine amounts and type of fertilizer or amendments to be used. Weed Control Weeds in turf areas shall be kept under control in order to maintain a professional appearance. Excessive weeds are not permitted. Insect Control Insects shall be controlled on an ongoing basis. No damage to turf areas shall be allowed. Only licensed applicators may apply insecticide. Edging Sidewalks, curbs, edges of buildings, bedding/planter areas and tree rings must be edged to maintain a professional appearance. Blowing/Sweeping Sidewalks, curbs, patios and parking lots must be kept free of all grass clippings and debris created by mowing and edging. Retention Pond Retention pond shall be mowed on the same frequency schedule as other turf areas when practical. When the pond is wet and normal lawn equipment cannot be used, the contractor must keep grass and weeds down to a height of no more than eight (8) inches by whatever means possible. The use of herbicides in retention pond is not permitted. Turf Disease/Fungus All turf disease must be controlled by approved products using standard horticulture practices. Plant and Turf Replacement All turf areas or plants under the contractors responsibility which dies as a result of the contractor's non-performance or negligence shall be replaced at the discretion of the contracting officer or his/her designee. Plant Beds Plant beds located on the property shall be maintained by the contractor in a neat and professional manner Pruning Shrubs will be pruned as needed to ensure an informal shape, fullness and bloom. Tree and palm pruning will be done once per year and is limited to branches and/or brown fronds and seed heads below 20 feet in height. No green palm fronds shall be removed. All litter will be removed by the following growth flushes. Branches will be pruned just outside the branch collar. Pruning paint will be applied. Sucker growth will be removed by hand from the base of trees. No herbicides will be used for this purpose. All dead, diseased or unsightly branches, vines or other growth will be collected and removed by the contractor. Irrigation system The contractor shall inspect and test all components and zones in the irrigation system monthly and shall reset zone according to seasonal changes. Minor adjustments and repairs such as head/emitter cleaning, replacement, filter cleaning, small leaks and minor timer adjustments shall be made by the contractor. Any parts will be replaced under the irrigation system warranty unless it is found that damage was due to contractor non-performance or negligence, and then the contractor would be responsible for the cost of those parts. The contractor annually will recalibrate each zone following irrigation system recommendations. During weekly maintenance the contractor will note and report to contracting officer any symptoms of inadequate or excessive irrigation, drainage problems, etc. Upon expiration of the irrigation system warranty, repairs to the system beyond the above scope will be negotiated at the time of occurrence. The government is not obligated to use the contractor for repairs to the system above those stated in the contract. Thatch Removal Removal of thatch (a spongy build-up of dead and living grass shoot, stems and roots) should be considered when thatch thickness exceeds one inch. The best time for thatch removal is March through August when the turf-grass is rapidly growing. Sidewalks and Entrance ways Sidewalks, entrance ways, and parking lots shall be kept clear of debris by the contractor. Sidewalks and Entrance ways should be pressured washed and treated twice yearly or as needed and be stain free. All exterior trash cans will be emptied daily. All work is to be accomplished where it does not interfere with day to day operations of the building. All outside tables and furniture shall be cleaned monthly. Tasks shall be conducted on weekdays, between 6am and 6pm. B.3 SCHEDULE BASE YEAR (October 1, 2011 thru September 30, 2012) ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 12.00 MO ___________________ ____________________ Mowing 0002 12.00MO ___________________ ____________________ Fertilizer 0003 12.00 MO ___________________ ____________________ Turf/Fungus Disease Control 0004 12.00 MO ___________________ ____________________ Insect Control 0005 12.00 MO ___________________ ____________________ Weed Control 0006 12.00 MO ___________________ ____________________ Pruning 0007 12.00MO ___________________ ____________________ Edging 0008 12.00MO ___________________ ____________________ Thatch Removal 0009 12.00 MO ___________________ ____________________ Irrigation System 0010 12.00 MO ___________________ ____________________ Blowing/Sweeping 0011 12.00 MO ___________________ ____________________ Retention Pond 0012 12.00MO ___________________ ____________________ Sidewalk and Entrance Way 0013 12.00 MO ___________________ ____________________ Plant and Turf Replacement 0014 12.00MO ___________________ ____________________ Plant Bed TOTAL --- ==================== OPTION YEAR ONE (October 1, 2012 thru September 30, 2013) ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 12.00 MO ___________________ ____________________ Mowing 0002 12.00MO ___________________ ____________________ Fertilizer 0003 12.00 MO ___________________ ____________________ Turf/Fungus Disease Control 0004 12.00 MO ___________________ ____________________ Insect Control 0005 12.00 MO ___________________ ____________________ Weed Control 0006 12.00 MO ___________________ ____________________ Pruning 0007 12.00MO ___________________ ____________________ Edging 0008 12.00MO ___________________ ____________________ Thatch Removal 0009 12.00 MO ___________________ ____________________ Irrigation System 0010 12.00 MO ___________________ ____________________ Blowing/Sweeping 0011 12.00 MO ___________________ ____________________ Retention Pond 0012 12.00MO ___________________ ____________________ Sidewalk and Entrance Way 0013 12.00 MO ___________________ ____________________ Plant and Turf Replacement 0014 12.00MO ___________________ ____________________ Plant Bed TOTAL --- ==================== OPTION YEAR TWO (October 1, 2013 thru September 30, 2014) ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 12.00 MO ___________________ ____________________ Mowing 0002 12.00MO ___________________ ____________________ Fertilizer 0003 12.00 MO ___________________ ____________________ Turf/Fungus Disease Control 0004 12.00 MO ___________________ ____________________ Insect Control 0005 12.00 MO ___________________ ____________________ Weed Control 0006 12.00 MO ___________________ ____________________ Pruning 0007 12.00MO ___________________ ____________________ Edging 0008 12.00MO ___________________ ____________________ Thatch Removal 0009 12.00 MO ___________________ ____________________ Irrigation System 0010 12.00 MO ___________________ ____________________ Blowing/Sweeping 0011 12.00 MO ___________________ ____________________ Retention Pond 0012 12.00MO ___________________ ____________________ Sidewalk and Entrance Way 0013 12.00 MO ___________________ ____________________ Plant and Turf Replacement 0014 12.00MO ___________________ ____________________ Plant Bed TOTAL --- ==================== OPTION YEAR THREE (October 1, 2014 thru September 30, 2015) ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 12.00 MO ___________________ ____________________ Mowing 0002 12.00MO ___________________ ____________________ Fertilizer 0003 12.00 MO ___________________ ____________________ Turf/Fungus Disease Control 0004 12.00 MO ___________________ ____________________ Insect Control 0005 12.00 MO ___________________ ____________________ Weed Control 0006 12.00 MO ___________________ ____________________ Pruning 0007 12.00MO ___________________ ____________________ Edging 0008 12.00MO ___________________ ____________________ Thatch Removal 0009 12.00 MO ___________________ ____________________ Irrigation System 0010 12.00 MO ___________________ ____________________ Blowing/Sweeping 0011 12.00 MO ___________________ ____________________ Retention Pond 0012 12.00MO ___________________ ____________________ Sidewalk and Entrance Way 0013 12.00 MO ___________________ ____________________ Plant and Turf Replacement 0014 12.00MO ___________________ ____________________ Plant Bed TOTAL --- ==================== OPTION YEAR FOUR (October 1, 2015 thru September 30, 2016) ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 12.00 MO ___________________ ____________________ Mowing 0002 12.00MO ___________________ ____________________ Fertilizer 0003 12.00 MO ___________________ ____________________ Turf/Fungus Disease Control 0004 12.00 MO ___________________ ____________________ Insect Control 0005 12.00 MO ___________________ ____________________ Weed Control 0006 12.00 MO ___________________ ____________________ Pruning 0007 12.00MO ___________________ ____________________ Edging 0008 12.00MO ___________________ ____________________ Thatch Removal 0009 12.00 MO ___________________ ____________________ Irrigation System 0010 12.00 MO ___________________ ____________________ Blowing/Sweeping 0011 12.00 MO ___________________ ____________________ Retention Pond 0012 12.00MO ___________________ ____________________ Sidewalk and Entrance Way 0013 12.00 MO ___________________ ____________________ Plant and Turf Replacement 0014 12.00MO ___________________ ____________________ Plant Bed TOTAL --- ==================== BASE YEAR (October 1, 2011 thru September 30, 2012) Total: BASE+ OPTION YEAR ONE (October 1, 2012 thru September 30, 2013) Total: BASE+ OPTION YEAR ONE, TWO (October 1, 2013 thru September 30, 2014) Total: BASE+ OPTION YEAR ONE, TWO, THREE (October 1, 2014 thru September 30, 2015) Total: BASE+ OPTION YEAR ONE, TWO, THREE, FOUR (October 1, 2015 thru September 30, 2016)Total: GRAND TOTAL : SECTION C - CONTRACT CLAUSES C.1 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). [] (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161) [] (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (JAN 2011) (15 U.S.C. 657a). [] (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (10) [Reserved] [] (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-6. [] (iii) Alternate II (Mar 2004) of 52.219-6. [] (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (13) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). [] (14)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (JUL 2010) of 52.219-9. [] (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). [] (16) 52.219-16, Liquidated Damages--Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) [] (ii) Alternate I (June 2003) of 52.219-23. [] (18) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (19) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). [X] (21) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). [] (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2011). [] (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2011). [X] (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (25) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). [X] (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (28) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (30) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (33)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). [] (ii) Alternate I (DEC 2007) of 52.223-16. [X] (36) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513). [] (37) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). [] (38)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53 and 109-169, 109-283, and 110-138). [] (ii) Alternate I (Jan 2004) of 52.225-3. [] (iii) Alternate II (Jan 2004) of 52.225-3. [] (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (40) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (45) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [X] (46) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [] (47) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). [] (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (49)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage-Fringe Benefits [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). [] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). [] (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247) [] (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the ServiceContract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employee Eligibility Verification (JAN 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within. (End of Clause) C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 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. (End of Clause) C.4 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective-- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) C.5 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of Clause) C.6 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.7 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) C.8 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) C.9 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. PAST PERFORMANCE SURVEY PAST PERFORMANCE QUESTIONNAIRE REFERENCE INSTRUCTIONS: The Ft. Meyers VA Medical Center is considering the Offeror listed below for award of a VA contract. Your comments would be appreciated regarding this firm's past performance. The intent of this form is to evaluate the offeror's services. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.506) prohibits the release of the names of individuals providing reference information about Offeror's past performance. This survey should be completed by an evaluator with sufficient familiarity of the offeror's performance and returned no later than the closing date of the solicitation by either e-mail to chris.lashure@va.gov or Fax to 727-399-3347 (Attn: Chris LaShure). If neither email nor Fax transmission is convenient, the survey may be returned by mail to the following address: Chris LaShure 4300 Duhme Rd. Madeira Beach, FL 33708 Offeror's Name: Request for Quote: Ground Maintenance-2489 Diplomat Pkwy East Cape Coral, FL Name of Person Completing the Evaluation: Telephone: E-mail: Title: Company/Organization: Please rate the offeror in each of the following areas. Note: there is room for comments where you deem remarks would be helpful to our evaluation. "Not Applicable: N/A "1: Performance clearly below the contract performance standard or requirement "2:Performance occasionally does not meet minimum contract performance standard or requirement "3:Performance that meets the minimum contract performance standard or requirement "4:Performance that meets and occasionally exceeds the contract performance standard or requirement "5:Performance that almost always exceeds the contract performance standard or requirement 1. Overall quality/satisfactionN/A 0 1 0 2 0 3 0 4 0 5 0 Overall satisfaction with the Offeror's performance. Would you (the reference) choose to work with this offeror again? 2. Delivery performanceN/A 0 1 0 2 0 3 0 4 0 5 0 Delivery performance includes delivery consistency, on time performance, and flexibility in responding to emerging issues and implementing required solutions. 3. Satisfaction with the quality of service deliveredN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the effectiveness and applicability of the plans and strategies delivered and the actual implementation of those. 4. Satisfaction with problem resolutionN/A 0 1 0 2 0 3 0 4 0 5 0 This includes the offeror's ability to solve problems, the speed in which they handle problems, and their effective delivery of resolutions. 5. Satisfaction with the quality of contractor personnelN/A 0 1 0 2 0 3 0 4 0 5 0 Rate the quality of the contractor's staff in executing the project work scope. 7.Have you issued a cure notice, show cause notice, suspension of progress payments or other letters directing the correction of a performance problem in the past 3 years? 0 Yes 0 No If Yes, please explain. 8.Have you terminated this contractor for default within the past 3 years, or are there any pending termination actions? 0 Yes 0 No If Yes, please explain. 9.Based on the offeror's overall performance, would you award them another contract? 0 Yes 0 No If No, please explain. 10.Have you discussed any adverse past performance problems with the Offeror and given them an opportunity to comment? 0 Yes 0 No Please explain. 11.Do you file past performance information in a database that the Contracting Officer may search? 0 Yes 0 No Please explain. 12.If the contract had options, were those options exercised? 0 Yes 0 No Please explain. 13. What was the contract period of performance (i.e., when were services provided)? 14. What was the dollar value of the contract performed by the offeror? 15. Provide a brief description of the services provided by the offeror for this contract. Please attach any past performance database reports or other material you deem appropriate to a full understanding of the Offeror's past performance by the evaluator. E.1 52.237-1 SITE VISIT (APR 1984) 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, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) E.2 ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24811RQ1322/listing.html)
 
Place of Performance
Address: Ft. Meyers VAMC;2489 Diplomat Pkwy East;Cape Coral, Florida
Zip Code: 33909
 
Record
SN02551228-W 20110828/110826235337-b57be6181412f80a3c626f6976204416 (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.