Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOLICITATION NOTICE

S -- PROVIDE LANDSCAPING SERVICES - Package #1 - Package #2 - SERVICE CONTRACT ACT WAGES

Notice Date
3/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F12RQ0240
 
Archive Date
4/13/2012
 
Point of Contact
WILLIAM BELL, Phone: 206 526-4425
 
E-Mail Address
Bill.Bell@noaa.gov
(Bill.Bell@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SERVICE CONTRACT ACT WAGES Solicitation AB133F12RQ0240 SF18: PLEASE RETURN THIS FORM WITH YOUR QUOTE. COMBINED SYNOPSIS/SOLICITATION WRD-12-02818 PROVIDE LANDSCAPING SERVICES AT BURLEY CREEK HATCHERY AND MANCHESTER FIELD STATION IN PORT ORCHARD, WA. (I) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number AB1330-12-RQ-02818/WSB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561730. The size standards in $7 MIL. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001: Provide landscaping services for Burley Creek Hatchery and Manchester Research Station per attached SOW and pdf file. First period of performance from date of award through November 30, 2012. Option periods of performance from March 1 through November 30 for the next two years. CLIN 0002: Option period 1. Period of performance from March 1, 2013 through November 30, 2013. CLIN 0003: Option period 2 Period of performance from March 1, 2014 through November 30, 2014. (VI) Description of requirements is as follows: STATEMENT OF WORK NOAA Fisheries Burley Creek Hatchery 11421 Bethel Burley Road Port Orchard, WA 98367 Manchester Field Station 7305 Beach Drive East Port Orchard, WA 98366 1.0 Organization 1.1 Organization: The Northwest Fisheries Science Center (NWFSC), of the National Marine Fisheries Service (NMFS), National Oceanic & Atmospheric Administration (NOAA), Department of Commerce (DOC) is a government agency charged with the mission of stewardship for living marine resources. 1.2 Background and Objective: The Center provides scientific and technical support to NMFS for the management, conservation, and wise use of the Northwest region's marine and anadromous resources. 1.3 Manchester Research Station is located at 7305 Beach Drive East, Port Orchard, Washington 98366. 1.4 Burley Creek Hatchery, 11421 Bethel Burley Road, Port Orchard, Washington 98367, is a 5-acre parcel of land with facilities that are used for the propagation of Endangered Species Act listed salmon for recovery efforts. The facility consists of several buildings and equipment, mostly contained on the front half of the property. The NWFSC wishes to enact a landscaping contract for grounds mowing, trimming and maintenance. 2.0 Services Required 2.1 Contractor shall provide landscaping services to Manchester Research Station and to Burley Creek Hatchery. A site visit (both locations) is required. Contractor shall meet with NOAA personnel prior to bid to assess areas of work. Work cannot be subcontracted. 2.2 Locations: 7305 Beach Drive East, Port Orchard, Washington 98366 (Manchester Research Station) and 11421 Bethel Burley Road SE, Port Orchard, WA 98367 (Burley Creek Hatchery). 2.3 During growing months, from 1 March (or Date of Award, whichever is later) to 30 November (end of contract), contractor shall perform grounds and lawn mowing, weed, brush, blackberry, and tree cutting, pruning, flowerbed upkeep, weed pulling and trimming around buildings, fence lines, pipelines, structures, walkways, and equipment. 2.4 Contractor should itemize bid with a weekly rate, with separate amounts for Manchester Research Station and Burley Creek Hatchery. Contractor will be paid for work performed. 3.0 Performance Specifications 3.1 Schedule: As both locations are gated and secured when no personnel are present, the Contractor shall coordinate a weekday when personnel are present to perform weekly duties. Normal business hours are 8:00 a.m. to 4:00 p.m. 3.2 Areas to maintain Burley Creek Hatchery: 3.2.1 Mow/cut/trim all areas inside the 8' black fence. Includes areas behind, beside and in between buildings, main gate, water tower, pipelines, generator, oxygen tank, gravel driveway and parking areas, UV vaults, around and on septic mounds, etc. Contractor shall utilize mowing methods that will minimize soil compaction on septic mounds, i.e. no heavy machinery or traffic. 3.2.2 Mow/cut/trim area of grass outside the south property fence line from the main gate control drive pad to 3 feet beyond the next double-gate down the drive. 3.2.3 Cut/trim 5-foot wide path from 8' fence double gate (east) to the east end of the 4' fence at the pond. Trim 4-foot wide path inside 4' fence from gate to pond steps. 3.2.4 Maintain 4-foot path along the outside perimeter of the 8' black fence. At the two double drive-through gates (east and north), maintain a mowed section in front of and to the sides about 10' so that gates can be swung open. If east and north gates are locked upon arrival, attempt to contact a NOAA person in building to unlock gates. 3.2.5 Cut/trim/maintain brush, blackberries and trees along west 8' perimeter fence, a width of 4 feet from fence. Remove overhanging brush and branches from fence and building. 3.2.6 Trim and maintain a 20' diameter ring (10' radius from pipe) around the 3 wellheads in the field. 3.2.7 Trim/cut weeds on gravel roads in field from gate to Wells 4 and 5 to keep roads clear, minimum 12 feet wide. 3.2.8 Trim/mow northwest section of field (bone yard), upper area (from gate) between two fence lines. Manchester Field Station: 3.2.9 Contractor shall maintain grounds and perform lawn mowing, weed cutting, weed pulling, Flowerbed upkeep, removal of cuttings and clearing of all cuttings from all roads and walkways. Cut multiple areas of lawn grass. Weed cutting around all buildings and in other specified areas. Weed pulling around and in all flower beds or containers. Grass cuttings and weeds shall be collected and removed form site. Walkways and roads shall be free of cuttings. Shrubs and bushes to be trimmed or pruned each fall. A drawing showing the Manchester Station is provided, the locations of work to be completed are shown within the red line drawn on this drawing. 3.3 Contractor will perform services on a weekly maintenance schedule. Lawn mowing and weeding may be extended to longer service periods during the mid-summer on to the fall months. Contractor still needs to perform weekly stop-by to monitor conditions. 3.4 Performance for these services will start at the award date of the contract. Contractor shall begin serves within ten days after the contract is awarded. 4.0 Materials, Equipment, Fuel and Supplies: 4.1 The Contractor is responsible for the supply of, transportation, and storage of all materials, equipment, tools, and fuel required for the completion of the work of this Contract. 4.2 No herbicides are permitted at Burley Station. Herbicide use is permitted at Manchester station if applicators are licensed with the State of Washington and contact NOAA personnel regarding location(s) intended for herbicide use prior to applying. 5.0 Contractor shall: 5.1 Allow no debris to accumulate on grounds to maintain a neat and professional appearance. 5.2 Haul brush debris and cuttings away from site as soon as removed and dispose of or recycle debris in accordance with local environmental requirements. 5.3 Be responsible for damage to any vehicles, buildings, windows, equipment, etc. caused by their equipment, including, but not limited to, projectiles thrown from mowers, weed trimmers, etc. 6.0 Point-of Contact: Contact personnel for Burley Creek will be Debbie Frost (360) 731-3645, Debbie.Frost@noaa.gov. Contact personnel for Manchester Field Station will be James Hackett (360) 731-4267. Copies of invoices should be sent monthly to Debbie Frost, at Debbie.Frost@noaa.gov, and to James Hackett at james.hackett@noaa.gov Contractor shall break out costs for Burley Creek Hatchery and for Manchester Field Station separately on all invoices. 7.0 Option 7.1 This contract may be renewed annually for up to two years at the discretion of the NWFSC. The two option years are March 1 to November 30, 2013, and March 1 to November 30, 2014. 8.0 Evaluation A walk-through is required for each site prior to bidding on the contract. Contact personnel and numbers for arranging a walk-through can be found in section 6.0, above. Past performance will be evaluated prior to making award of the contract. Potential contractors must have a valid Washington State business license and be in accordance with FAR Clause 52.204-9 Personal Identity Verification of Contractor Personnel. All quotes shall be in accordance with FAR Clause 52.222-41 and 52.222-43, Service Contract Act. Wages are attached in a separate file in this announcement. End of Statement of Work (VII) Date(s) and place(s) of delivery and acceptance Date of Delivery no later than November 30, 2012. Delivery shall be FOB Destination: NOAA Fisheries Burley Creek Hatchery 11421 Bethel Burley Road Port Orchard, WA 98367 Manchester Field Station 7305 Beach Drive East Port Orchard, WA 98366 (VIII) The period of performance for the base contract shall be from date of award to November 30, 2012 with possible two option years. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide a capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), and past performance references. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Bill Bell either through email Bill.Bell@noaa.gov or faxed at 206 526-6025 no later than Thursday, April 5, 2011 at 5pm Pacific Standard Time. (X) FAR 52.212-2, Evaluation - Commercial Items 2005-57, applies to this acquisition. Paragraph (a) is hereby completed as follows: Lowest Price Technically Acceptable. Offers will be evaluated based on price and the factors set forth in the Section 6, past performance, FAR 12.601 and FAR 13.106-2, and award will be made to the firm offering the lowest price technically acceptable to the Government in accordance with the Statement of Work. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 2005-57. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items 2005-57, applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 2005-57 applies to this acquisition. The following clauses under subparagraph (b) apply: Please refer to the SF18 with Clauses. (XIV) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/index.html (End of Clause) (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 5 P.M. Pacific Standard Time on April 11, 2012. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is bill.bell@noaa.gov. (XVII) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: bill.bell@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F12RQ0240 /listing.html)
 
Place of Performance
Address: TWO LOCATIONS:, ---------------------------------------------------------------, NOAA Fisheries Burley Creek Hatchery, 11421 Bethel Burley Road, Port Orchard, WA 98367, AND, Manchester Field Station, 7305 Beach Drive East, Port Orchard, WA 98366, Port Orchard, Washington, 98367, United States
Zip Code: 98367
 
Record
SN02707342-W 20120330/120328234710-7ae0f25d6618fc9371738301775d264a (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.