Grounds Maintenance
The USDA, Agricultural Research Service, Grassland, Soil and Water Research Laboratory in Temple, Texas requires grounds maintenance. This is a Combined Synopsis/Solicitation announcement for commerci... The USDA, Agricultural Research Service, Grassland, Soil and Water Research Laboratory in Temple, Texas requires grounds maintenance. This is a Combined Synopsis/Solicitation announcement for commercial item 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; Solicitation number 945120JBP 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?96 corrections. North American Classification Coded (NAICS) 561730, Landscaping Services, is applicable. This announcement is a total set?aside for Small Business Concerns. All services shall be completed Monday-Friday 8:00 am-5:30 pm (no weekends). Contractor shall have sufficient staff and equipment to complete a single mowing service in one day. Barring a weather interruption, a regular mowing service shall not take more than one day to complete. On infrequent occasions when special events are planned, or VIP’s expected, request will be made to alter a regularly scheduled day of service so that the grounds are freshly manicured for the event/visitors. See attached Statement of Work for Grounds Maintenance Schedule. Specifications: Mowing: All specified areas shall be mowed per schedule. Trash and debris shall be removed prior to mowing (to include fallen tree limbs). Contractor responsible for disposal of trash and debris. Edging, weed-eating: All sidewalks and curbs shall be vertically edged. Weed-eating shall be completed around all trees and other objects in specified areas, including all curbs, sidewalks, perimeter chain link fence, using mechanical weed-eaters. NO chemical edging permitted. Blow off: All porches, docks, sidewalks, curbs shall be blown off to remove all leaves, debris, etc. Lawn fertilization: A fertilizer/weed killer combination shall be applied to all lawn areas two (2) times per year with applications suitable for Bermuda and St. Augustine grasses, per schedule. Trim shrubs & hedges: All shrubs and hedges shall be trimmed four (4) times per year or as needed to maintain neat appearance, or per schedule. Contractor will be responsible for disposal of trash and debris. Shrub/hedge fertilization: Plants and ground cover shall be fertilized two (2) times per year, per schedule. Contractor employees shall exercise due care around vehicles that may be parked in/around areas to be mowed. Contract does not include tree trimming, insect/disease control, or maintenance of the sprinkler system. These items will be addressed as needs arise, and with quotes solicited separately from this contract. Pricing should be quoted for a one-year period beginning March 1, 2019 and ending February 29, 2020. All awarded vendors must be registered in SAM.gov prior to final award of a contract. The "Submit Invoice?to" address for USDA invoices is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in future communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment?vendors.htm to establish your account. The current SCA wage rate from the WDOL is $12.24/hour. The Government anticipates award of a firm fixed price contract on or about February 26, 2019. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA/ARS will provide no hard copies. The successful company must mandatorily be registered in the SAM (System for Award Management) at web site: www.sam.gov. Address ALL questions in WRITING to the issuing office via email to James.Porter@ars.usda.gov. No telephone inquiries will be accepted. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. The "Submit Invoice?to" address for USDA invoices is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in future communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment?vendors.htm to establish your account. All sources wishing to provide a quotation must respond by 3:00 PM central time, February 21, 2019. Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204?7 System for Award Management: AGAR 452.204?70 Inquiries; FAR 52.209?6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212?1 Instructions to Offers?Commercial Items; FAR 52.212?2 Evaluation? Commercial Items (filled in as follows: Technical specifications/support, 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; AGAR 452.219?70 Size Standard and NAICS Code Information; FAR 52.222?3 Convict Labor; 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; FAR 52.222?50 Combating Trafficking in Persons; FAR 52.223?18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 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?33 Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.233?3 Protest After Award; FAR 52.233?4 Applicable Law for Breach of Contract; FAR 52.252?1Solicitations Provisions Incorporated by Reference; FAR 52.252?2 Clauses Incorporated by Reference. Primary Point of Contact.: James Porter, Contracting Officer James.porter@ars.usda.gov Place of Contract Performance: 808 East Blackland Road, Temple, TX 76502
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »