Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
MODIFICATION

S -- Lawn Maintenance

Notice Date
12/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050, United States
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-12-C-7S1010A
 
Archive Date
12/29/2011
 
Point of Contact
Debra A Smith, Phone: 305-415-7086
 
E-Mail Address
debra.a.smith@uscg.mil
(debra.a.smith@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
"PLEASE PAY CLOSE ATTENTION TO THIS STATEMENT BEFORE CALLING/INQUIRING ABOUT WHAT IS ON THE ATTACHED STATEMENT OF WORK (SOW). I am located in the Miami USCG office and the work that this needing to be done in out of USCG Sector Key West. Please see at the end of this solicitation who the COTR is for Sector Key West. I can not answer any questions pertaining to the SOW. i.e. how much grass is there to cut, do the trees need trimming, etc. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items, and services necessary to perform Grounds Maintenance as defined in this Statement of Work, (SOW). The contractor shall perform to the standard in this contract. 1.2 DETAILS OF WORK Work includes, but is not limited to, providing alilabof, materials, equipment, tools, and services required to provide lull prolessionallandscape maintenance, on the property owned by CG Sector Key West. In general the work includes: • Maintenance of all landscaping - Maintenance and Repair of all Irrigation systems • Roadway cleaning1. SCOPE OF WORK - 'Fertilization - Chemical applications - 'Debris removal - Weed control GRASS CUTTING Grass culling shall be accomplished on approximately 6 (six) acres of improved grounds at SECTOR Key West. Grass clippings shall be removed when clippings are not mulched on initial mowing. Existing lawn shall be mowed once per week during the growing season months, April. September. Existing lawn shall be mowed twice per month during the slow growing months, October· March. EDGING Sidewalks, driveways. curbs, and other concrete or asphalt edges located in the improved grounds areas shall be mechanically edged every other mowing. Edging shaH include removal of vegetation from cracks and sidewalks. driveways, and curbs within.5 inches of the edge surface and to a depth of 2.0 inches. Grass and weeds shall be removed and disposed of immediately after edging is performed. TRIMMING GrassJWeeds shaH be trimmed around trees, shrubs. buildings. fences, polls, posts. fire hydrants, parking lot bumper blocks, and other fixed obstacles. Trimming shall be accomplished as required to match other surrounding areas. All mowed areas shall be trimmed concurrent with mowing. PRUNNING OF TREES, SHRUBS. AND HEDGES Clippings shall be removed and disposed of upon completion of work. Contractor shall prune trees in improved and semi·improved areas on a required basis to provide safety, clearances, andJor to prevent structural damage. Shrubs shall be pruned annually or as required to maintain their natural growth characteristics. New growth above the specified sizes shall not be allowed to exceed 8 inches. Minimal clearances from buildings. utilities, and other obstructions shall be 6 inches. Hedges shall be maintained at their natural height and shape. No informal hedges or screen plantings shall be conver1ed to formal shapes. APPLY FERTILIZER AND/OR LIME The contractor shall maintain an effective commercial fertilizer application program for all improved grounds. Only approved fer1ilizers shall be applied in accordance with the manufacture's inslructions to trees, shrubs and lawn as required. TREATMENT FOR ANTS Treat ant hills as discovered with an effective, approved granulated type pesticide. DEBRIS REMOVAL All debris and policed items shall be hauled off of SECTOR Key West and disposed of in accordance with applicable federal. state, and local regulations. Any materials dropped or blown off vehicles shall immediately be picked-Up by the contractor. All government shall assume no responsibility in the selection 01 the above mentioned disposal area. 1.3 QUALITY ASSURANCE The conlractor shall take precautions to prevent scalping, uneven mowing. CUlling by equipment, and damage to trees, shrubs, and sprinkler heads. The contractor shall repair damaged turf and replace flowers. shrubs, and trees, and sprinkler heads damaged during mowing operations. 1.4 COORDINATION OF WORK Contractor shall be responsible for coordinating all work to be performed under this project with the COTR for this project SK1 Joseph Perez @ 305.292.8839 1.5. HOURS OF OPERATION The contraclor shall perform lhe services required under this contract during the following hours. 1.5.1 NORMAL OPERATIONS Normal operation is Monday through Friday, 0700 • 1600, except for Federal holidays. 1.5.2 FEDERAL HOLIDAYS The following is a lisl of Federal holidays observed by this installation: New Year's Day, January 1 Martin Luther King's Birthday, 3rd Monday in January President's Day, 3rd Monday in February Memorial Day, last Monday in May Independence Day, July 41h Labor Day. First Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 or the Friday preceding or Monday fOllowing Thanksgiving day, 4th Thursday in November Christmas Day, December 25. 1.6 HOURS OF OPERATION OTHER THAN NORMAL There will be mission situations that require the contractor to work other than normal hours. Some of these situations are military exercises. contingency operations, or weather emergencies. When the conlractor's access 10 a work area conflicls with a Coast Guard mission requirement, the contractor shall schedule lhe work to minimize disruption of operations. Such scheduling may require work to be accomplished altimes other than normal dUly hours. 1.7 SUPERVISION AND LABOR: The Contractor shall provide a competent supervisor satisfactory to the Base Engineering Officer, authorized to act for the Contractor. The Contractor shall promptly remove fram the work site and CG premises any supervisor or employee whose work or conduct is nol satisfaclory to the Base Engineering Officer. The Contractor's supervisor shall be on the premises at all limes during working hours and in charge oflhe work on behalf of the Contractor. The Contractor shall enforce strict discipline and good order among the Contractor's employees. The Contractor shall exercise the necessary supervision and contralto prevent Contractor's employees from violating any rules and regulations. 1.8 CONTRACTOR FURNISHED EQUIPMENT AND TOOLS The contractor's equipment, including, but not limited to mowers (push, ridding, and tractor) edgers, trimmers, etc" shall be of commercial quality, size and type suitable for accomplishing lhe work specified. All electrical equipment used by the contractor shaH meet all safety requirements of this contract and shall be UL approved. It shall be the responsibility of the contractor to preventlhe operation or attempted operation of equipment. or combinations of equipment, which require power exceeding the capacity of existing building circuits. The contractor's equipment shall be maintained clean to present a neat and professional appearance. SECTOR personnel may inspect the contractor's equipment and/or tools at any time and direct the removal of any unsafe equipment /tools. These items shall be removed from the job by the contractor and replaced with satisfactory equipment. 9 MATERIAL AND SUPPLIES The following are representative of the materials or supplies the contractor should have to perform the contract. Fertilizer with slow release nitrogen source. Pesticides that are approved for use in the state. 1.10 POLLUTION ABATEMENT The contractor shall perform all work in accordance with federal, stale, and local environmental regulations, (including maintenance of Material Safety Dala Sheels (MSOS's) lAW applicable EPA regulations and criteria so as to minimize pollution, explosion, and degradalion of natural resources). In addition, the following requirements shall be mandatory. Transporting debris or policed materials from the site shall be accomplished in a manner preventing particles from becoming airborne, such as covered vehicles or enclosed dumpster boxes. Vehicles used for pesticide applications will carry an approved spill containment kit capable of containing any spill until responders arrive. Burning of any malerial by the contractor is prohibited. Drainage ways, sanilary, and storm sewers, elc, shall not be polluled by fuels, acids, pesticides or olher harmful materials. II any of these materials are inadvertently spilled inlo these areas, the contraclor shall immediately notify the above listed COTR at SECTOR Key West. The contractor shall ensure that his or her operations do note expose any personnel to any hazardous conditions (i.e. noise, chemicals, etc.), as covered by OSHNAFOSH standards. 1.11 PLACE OF PERFORMANCE: Address: COMMANDER USCG SECTOR KEY WEST 100 TRUMBO POINT, KEY WEST, FL 33040 2.0 Rapidgate Procedures 2.1 Procedures for commercial vehicle access to USCG Sector Key West are subject to change without prior notice. Effective 01 Oct 2010, USCG Sector Key West has implemented more restrictive access procedures for personnel who require routine access to the installation by standardizing entry protocol called the RAPIDGate Program. Companies that service USCG Sector Key West can voluntarily enroll in the RAPIDGate Program by calling 1-977-AAPIDGATE (1·877·727-4342). 2.2 If the company chooses to participate in the RAPIDGate Program, company vehicles are allowed access to USCG Sector Key West. without having to obtain a one·day pass, undergo a security screening or a vehicle inspection. etc. 2.3 Companies that choose not to participate in the RAPIOGate Program will be allowed to access USCG Sector Key West; however they must process through Boca Chica first. In addition, prior to entering the installation. each individual must obtain a day pass at Boca Chica and undergo a security screening. Vehicle inspection will be mandatory. All vehicle occupants must be prepared to provide a photo 10 and receive a pass at the Visitor Center located at Boca Chica. The driver of the vehicle will be required to provide driver's license, proof of vehicle registration and proof of insurance. The following clauses apply and are atainable with full text version @ http://www.arnet.gov/far FAR 52.219-6 FAR 52.222-3 FAR 52.222-19 FAR 52.222-21 FAR 52.225-1 FAR 52.232-33 FAR 52.225-9 HSAR 3052.242-72 COTR: SK1 JOSEPH PEREZ @ 305.292.8839 Place of Contract Performance: 100 Trumbo Point Road Key West. Florida 33040 "''''''''''''''''''''''''''''''''''''''ATTENTION''''''''''''''''''''''''''''''''''''''''''''''''''''''' THERE WILL BE A MANDATORY SITE VISIT ON 12DEC2011 IF YOU ARE PLANNING ON SUBMITTING A BID FOR THIS SOLICITATION. ALL BIDS ARE DUE INTO THIS OFFICE NLT 14DEC2011 @ 3:00PM EASTERN STANDARD TIME EITH BY FAX (305.415.7092) OR EMAIL: debra.a.smith@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCMi/HSCG28-12-C-7S1010A/listing.html)
 
Place of Performance
Address: 100 Trumbo Point, USCG, Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN02632549-W 20111204/111202234153-efc92832d15e74ac004c722a122d935d (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.