Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

S -- Lawn Care and Grounds Maintenance - Statement of Work

Notice Date
2/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-18-897837
 
Archive Date
3/15/2018
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Area Descriptions Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number AG-32SC-18-897837 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 561730 (Landscaping Services), with a small business size standard of $7,500,000. The provisions of the Service Contract Act of 1965 will apply to service contracts $2,500 and above. This acquisition is for 1 year, stating April 1, 2018 through March 31, 2019, Lawn Care and Grounds Maintenance of the following listed areas based on description, attached documents, and site visit. Please provide proposals for 4 additional years on a year by year option basis. Specifications: Lawn Care and Grounds Maintenance - Furnish all personnel, supplies and equipment. - Mowing of Grass - Trimming of designated shrubbery as needed - Mowing of strip next to designated fence line - Sweeping and cleaning of all walkways, drives, and parking lots - Removal of all lawn maintenance debris from premises Locations for services described below with attached diagrams. Area 1 • Mow strip nest to fence from a reasonable starting place on the east end to the west end. The USDA sign post at the east end must be cleared of weeds, for example, with a weed-eater. • The minimum width if mowed strip is 36 inches. A greater width due to wider deck of a rider mower is acceptable. • This mowing/weeding requirement can be satisfied on a once-a-month schedule not to exceed six weeks from last mowing. Area 2 • Mow grass including ditch. • Clear grass from around bottom of the two trees (for example, weed-eater if needed). • Remove (cut) grass and weeds from curb (for example, weed-eater). • Blow off roadway when done. Area 3 • Mow grass. • Weed-eater or mow in front of buildings 38 and 39. • Remove weeds as necessary around building 21 and any obstacles in the grass area. Area 4 • Mow grass including ditch. • Remove weeds around obstacles in area. • Remove weeds between shrubs next to planter. Area 5 • Mow grass. • Clear edges at curb and grass boundaries. • Remove weeds from around obstacles in grass area. • Blow off sidewalks and roadway when done. Area 6 • Trim hedges when needed or between 4 and 6 weeks. • Mow grass areas. • Clear edges at curb and grass boundaries. • Remove weeds from around obstacles in grass area. • Blow off sidewalks and roadway when done. Area 7 • Mow grass areas. • Clear edges at curb and grass boundaries. • Remove weeds from around obstacles in grass area. • Blow off sidewalks and roadway when done. Area 8 • Mow grass areas. • Clear edges at curb and grass boundaries. • Remove weeds from around obstacles in grass area. • Blow off sidewalks in front of buildings 8, 9, and 10. Area 9 • Mow grass areas. • Clear edges at curb and grass boundaries. • Remove weeds from around obstacles in grass area. • Blow off sidewalks and roadway when done. Area 10 • Mow grass areas. • Clear edges at curb and grass boundaries. • Remove weeds from around obstacles in grass area. • Blow off sidewalks and roadway when done. A Site Visit is highly recommended to visually determine actual sizes of Areas as well as determining equipment and number of personnel needed. Below is the address of the Agricultural Research Service/ United States Department of Agriculture location requiring stated service. Center for Medical, Agricultural and Veterinary Entomology 1700 SW 23rd Drive Gainesville, FL 32608 Additionally, all costs must be annotated in the proposal. The Government anticipates award of a Firm Fixed Price contract. Initial year of service shall extend from April 1, 2018 through March 31, 2019. Option year 1 shall extend from April 1, 2019 through March 31, 2020. Option year 2 shall extend from April 1, 2020 through March 31, 2021. Option year 3 shall extend from April 1, 2021 through March 31, 2022. Option year 4 shall extend from April 1, 2022 through March 31, 2023. Each offer must show a breakdown of the prices and provide information showing how all specifications are met. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price for initial year and each option year. Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price to include option years, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 52.216-25 Contract Definitization; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend Term of Contract; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Nondisplacement of Qualified Workers; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Labor Standards; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-6 Change Order Accounting; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than February 28, 2018, 4:00pm Central Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday, February 26, 2018. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8428160b11e256728e19814fccb2c35)
 
Place of Performance
Address: Center for Medical, Agricultural and Veterinary Entomology, 1700 SW 23rd Drive, Gainesville, Florida, 32608, United States
Zip Code: 32608
 
Record
SN04820038-W 20180214/180212231519-c8428160b11e256728e19814fccb2c35 (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.