Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
MODIFICATION

S -- Landscaping for Maui Kealia Pond National Wildlife Refuge in Kihei HI - Attachment

Notice Date
6/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F15PS00515
 
Response Due
6/22/2015
 
Archive Date
7/7/2015
 
Point of Contact
LAUTZENHEISER, KARL
 
Small Business Set-Aside
Total Small Business
 
Description
F15PS00515 Attach 1-Amend 3- Landscape Drawings Solicitation No. F15PS0515 Title: Landscape Services for Kealia Pond NWR, Kihei HI The U.S. Fish and Wildlife Service has a requirement for professional landscape services at Kealia Pond National Wildlife Refuge, Kihei HI. Kealia Pond NWR (Refuge) Headquarters/Visitor Center facility is a 7500 sq. ft. building located at mile post 6, Mokulele Highway in Kihei that is landscaped with a variety of native plants, shrubs, trees and groundcover. Professional landscaping is required to maintain this large collection of native Hawaiian plants for the fauna, the public, and staff in a manner that is in compliance with U.S. Fish Wildlife Service, State, and County standards. Project is a small business set-aside. Applicable NAICS code is561730. Small business size is defined as $7.5 million or less annually when averaged over a three year period. Services to run for a base year and will include four option years to exercised solely at the discretion of the Government. A site visit will be held on Tuesday, June 2, 2015 at 10 AM local time. Interested contractors may attend the site visit by contacting Calvin Willis at (808) 870-6450 and direction will be provided on where to meet. Contractors should submit any questions on this project directly to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov later than close of business on Thursday, June 4, 2015. Questions will be consolidated and answers provided by issuance of an amendment the following week. A brief description of these landscaping services as follows: Contractor shall landscape a minimum of twice monthly at even intervals excluding federal holidays. The Contractor shall at a minimum complete the following activities during a visit: Trim the Nau`Pauka hedges in the front of the office to be level with the bottom of windows. Trim the Nau`Pauka hedges to the east of the Visitor Center entrance to the height of the rock wall. Trim the Nau ¿Pauka hedge in front of the greenhouse. Trim the Po`Hinahina hedge at the discretion of the Government Point of Contact (POC). Trim the Akia plants/hedges in accordance with the shape and sculpture described by the government POC. Trim native plants in front of Kealia Pond NWR entrance sign to keep the lettering unobscured. Trim all other bushes as needed as directed by the government POC (see attached map). Any pesticides will be applied in accordance with the manufacturer ¿s regulations and will only be used as needed and with approval of the POC. All spraying must be performed when no public visitors, volunteers or school groups are present in the area. After spraying has commenced, spraying must be ceased temporarily if anyone enters the area and remain halted until they are at least 200 meters from the spray site (e.g., past the greenhouse or the refuge entrance). Herbicide spraying will require a dye be mixed with it for identification of treated plants and areas. Any plants that are damaged by pigs, nature or weather and cannot be saved will be removed by the contractor. Vegetation around all landscape stones will be trimmed for an aesthetic appearance. All weeds and vines will be removed by pulling or cutting and treating with herbicide provided by the Government. The Contractor shall maintain the overall health of all the plants, trees, bushes and groundcovers through the use of best industry practices. The Contractor is responsible for the clearing and removal of all green waste. The Contractor shall deposit green waste into designated dumpster provided by the Government. Irrigation Systems: The Contractor shall maintain all zones of the Headquarters/Visitor Center irrigation system in an operational, scheduled, and leak-free state. Replacement of irrigation boxes, irrigation clocks, irrigation valves and drip line may be required and will be the responsibility of the Contractor. The Contractor shall check the irrigation main after rains when onsite and decide on re-opening time. As Needed Irrigation System Modification: During the course of contract performance, the Government may require irrigation system modification or expansion. The Contractor shall provide separate estimates for additional work to the government POC for approval upon request The Government will supply any needed Herbicide, Pesticide and Fertilizers required in the performance of the job. The Contractor shall provide needed irrigation equipment, irrigation timers, irrigation valves and drip line and invoice the Government with a line item list of equipment cost. Source selection process will be best value. Evaluation criteria is defined as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; 1) Technical capability of the item offered to meet the Government requirement (not-to-exceed 3 pages); 2) Past performance (not-to-exceed 3 pages); and 3) Price (no page limit). Technical and past performance, when combined, are significantly more important that price. Solicitation Number F15PS00515 with attachments is being posted with this synopsis notice with quotes due by 3 PM PDT on Tuesday, June 16, 2015. Quotes must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov or sent be facsimile to (503) 231-6259. No further notice will be posted on Fedbizopps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Calvin Willis at 808-875-2945 or email to Calvin_Willis@fws.gov. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00515/listing.html)
 
Record
SN03757009-W 20150610/150608235147-b1ab73b74fd369aa2ad566d54a85917e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.