The RFP Database
New business relationships start here

Grounds Maintenance Service Contract for the Grand Prairie VA Outpatient Clinic


Texas, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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 36C25719Q1274 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.

SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids.

NAICS Code: 561730 and Size Standard is $7.5M.
Introduction: The Government intends to award a firm fixed price base with four option year renewal contract based on this solicitation.
Description of Services: Grounds Maintenance for the VA Outpatient Clinic Grand Prairie, Texas.

Place(s) of Performance:
North Texas Healthcare System
VA Outpatient Clinic (Grand Prairie)
2737 Sherman Street
Grand Prairie, Texas, 75051

Type of Contract: A Firm Fixed Price
Period of Performance:
Base plus four (4) one-year option renewals.
Base: October 1, 2019 September 30, 2020
Option Year One: October 1, 2020 September 30, 2021
Option Year Two: October 1, 2021 September 30, 2022
Option Year Three: October 1, 2022 September 30, 2023
Option Year Four: October 1, 2023 September 30, 2024

The following clauses and provisions apply to this solicitation:

52.209-5, Certification Regarding Responsibility Matters

52.212-3, Offeror Representations and Certifications-Commercial Items

52.212-4, Contract Terms and Conditions-Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items
52.217-8, Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.
(End of Clause)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.B Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.B Evaluation of options will not obligate the Government to exercise the option(s).

52.217-9, Option to Extend the Term of the Contract
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right
52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements
52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).
52.222-3, Convict Labor
52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-19, Availability of Funds for the Next Fiscal Year
52.228-5 Insurance-Work on a Government Installation (JAN 1997)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.237-3 Continuity of Services (JAN 1991)

52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005)
52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html)
852.203-70, Commercial Advertising (JAN 2008)
852.232-72, Electronic Submission of Payment Requests

852.237-70, Contractor Responsibilities

52.252-1, Solicitation Provisions Incorporated by Reference:

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).

52.252-2, Clauses Incorporated by Reference:

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/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html
VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)
852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE
(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of clause)
852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE
(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.
(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments.
(End of clause)
SITE VISIT: All qualified and interested parties are highly encouraged to attend a site visit scheduled on Monday, August 19, 2019 at 10:00am CST. All qualified and interested parties must respond by no later than Wednesday, August 14, 2019 at 11:00am CST with their interest in attending the site visit. The response must include all company name, size standard, status, DUNS number, attendees names, phone numbers, and email addresses. This information should be emailed to Victoria.Rone3@va.gov. upon receipt an email will be sent out outlining all the site visit specifics.

RFQ QUESTION SUBMISSION: Questions must be received no later than Friday, August 23, 2019 at 8:00am CST. Email your questions directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25719Q1274 (Questions Grounds Maintenance - NTX). There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted.

SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS):

The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.

The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.
EVALUATION OF QUOTES:
Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance
with 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting
from this solicitation to the responsible lowest quoter whose quote conforms to the solicitation.

1) Price
2) Technical Capability
3) Past Performance

To assist with an efficient and minimally burdensome evaluation, please address these Evaluation Criteria in accordance with the instructions in FAR 52.212-1 above. The Department of Veterans Affairs, NCO 17 RPO West may reject your quote for failure to address each Evaluation Criteria in accordance with those instructions.

Quotes must be received no later than Monday, September 9, 2019 10:00am CST. Email your quote directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25719Q1274 - Grounds Maintenance - NTX). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.

QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS:
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

12.00
MO
________________
________________

Grounds Maintenance
Service Contract (Grand Prairie)
Period: Base
October 1, 2019 September 30, 2020

1001

12.00
MO
________________
__________________

Grounds Maintenance
Service Contract (Grand Prairie)
Contract Period: Option 1
October 1, 2020 September 30, 2021

2001

Grounds Maintenance
Service Contract (Grand Prairie)
12.00
MO
________________
________________

Contract Period: Option 2
October 1, 2021 September 30, 2022

3001

12.00
MO
________________
________________

Grounds Maintenance
Service Contract (Grand Prairie)
Contract Period: Option 3
October 1, 2022 September 30, 2023

4001

12.00
MO
________________
________________

Grounds Maintenance
Service Contract (Grand Prairie)
Contract Period: Option 4
October 1, 2023 September 30, 2024





GRAND TOTAL
__________________

PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES)
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
5001

12.00
MO
________________
________________

Grounds Maintenance
Service Contract (Grand Prairie)
IAW 52.217-8 Extension of Services
October 1, 2024 March 30, 2025





TOTAL
__________________



STATEMENT OF WORK

DESCRIPTION OF SERVICES: The contractor shall provide all necessary personnel, equipment, tools, supervision and other items and services necessary to ensure grounds maintenance is performed in a manner that will maintain healthy grass, trees, shrubs, and plants in order to present a clean and professional appearance for the Grand Prairie Outpatient Clinic. The clinic is a total plot of about 6 acres, take away about 1 acre for the building, which means the contractor shall be responsible to care for approximately 5 acres.

The Department of Veterans Affairs is not responsible for providing shelter, power or telecommunications. Work includes, but is not limited to, roadways, parking lots and sidewalk; lawn maintenance; tree and shrubbery maintenance; planting bed maintenance; and miscellaneous services as identified by this document.

PLACE OF PERFORMANCE:
North Texas Healthcare System
VA Outpatient Clinic (Grand Prairie)
2737 Sherman Street
Grand Prairie, Texas, 75051

PERIOD OF PERFORMANCE: Base plus for option year renewals
Base: October 1, 2019 September 30, 2020
Option Year One: October 1, 2020 September 30, 2021
Option Year Two: October 1, 2021 September 30, 2022
Option Year Three: October 1, 2022 September 30, 2023
Option Year Four: October 1, 2023 September 30, 2024

REQUIREMENTS:

COMMENCEMENT OF WORK:
Unless otherwise stated, the Contracting Officer shall notify the Contractor in writing when work shall commence. The contractor shall retain the services of a Texas Certified Nurseryman for the duration of this contract, to advise and direct the contractor s forces in the proper care and maintenance of all lawn and turf areas, trees, shrubbery, seasonal planting beds and planting materials covered by this contract. The Texas Certified Nurseryman shall provide his/her official comments regarding the viability of all landscape and planting plans prepared by the Contractor.
The contractor shall conduct an inspection to establish starting condition of entrances, roadways, and parking lots; and prepare a detailed report with recommendations and submit it COR for approval to begin repairs or to have VA decide to make repairs ourselves. Not later then 30 days from award.

BARRICADES: Unless otherwise stated, the Contractor shall place barricades around areas needing repair or being affected by the contractor work. Each barricade shall have a flashing warning light and reflective surface on the top cross member. A single barricade may be placed over the area in question if the area has a dimension no greater than 24 inches long in any horizontal direction and if the barricade fully encompasses the area. Otherwise, additional barricades shall be placed around the area in question. All barricades shall be connected by rope, mounted and strung 36 inches to 42 inches above the ground. Barricades shall be placed no further than 10 feet apart. The contractor shall remove all barricades and rope immediately following the completion of work or repairs.

CHEMICAL USE: If chemicals are to be used in anywhere in this contract, the chemical must first be approved by the Safety Service here at the VA and MSDS must be obtained. Chemical use of 2, 4-d is prohibited.

ROADWAY AND SIDEWALK MAINTENANCE: The contractor shall maintain concrete traffic surfaces (i.e... roadways, parking areas, sidewalks and steps) as described below. The contractor shall advise the COR or his/her designee prior to starting traffic surface maintenance and check with the COR before leaving the medical facility.

UPKEEP OF TRAFFIC SURFACES:

The contractor shall sweep or blow all roadways and parking lots at least monthly.

The contractor shall schedule the routine sweeping, blowing or cleaning of traffic surfaces to minimize disruption to normal Medical Center operations.

Entryways should be power washed/steam cleaned if deemed necessary at least once in the fiscal year and twice in areas if deemed necessary as deemed to be dirty

LANDSCAPING/LAWN MAINTENANCE:

The contractor shall mow lawn areas, taking precautions to prevent scalping, uneven mowing and rutting by equipment. He/she shall also ensure that there is no damage done to trees, shrubs and sprinkler heads. The contractor shall repair or replace damaged turf, fences, plants, and irrigation systems and/or structures damaged by his forces. Shrubs and trees damaged shall be replaced with new shrubs and/or trees approved by COR.

Lawn areas shall be mowed to a height of 2.5 inches during the growing season, except that during the spring growing season it may be mowed as low as 1.5 inches until the new plant growth matures. Grass clippings shall be mulched into the lawn while mowing. During the winter season the dormant grass shall be left at a height of approximately 3 inches. (Grass clippings are to be removed after each mowing when clippings are not mulched in place.)

All sod areas or specially grassed areas shall be mowed with the proper tools/equipment and methods, which shall be submitted to and approved by the COR.

Vegetation in and adjacent to the drainage ditches shall be mowed to the same standards as the adjacent grass cutting area. Ditches without standing water shall have the entire area mowed. Those with standing water will be mowed within 6 to 12 inches of the water line.

Edging and Trimming: (Herbicides/pesticides shall not be used to control grass and weeds for edging or trimming.)

Edging of sidewalks, driveways and curbs in improved areas shall be accomplished so that grass and weeds do not extend over the edge of the walks, drives or curbs more than 1.5 inches nor will they cut back from the edge of walks, drives or curbs more than 1.5 inches.

The grass around trees, shrubs, fences, poles, hydrants, parking lot bumper blocks, expansion joints and cracks in traffic surfaces and areas inaccessible to mowers shall be edged and trimmed so that the grass height does not exceed the height of adjacent areas.

Grass and weeds resulting from edging and trimming shall be removed and disposed of as debris or rubbish or shall be mulched by mowers.

Undesirable vines and weeds growing upon fences shall be removed. Special care shall be taken to protect the desired plants, vines, etc., placed along perimeter fences designated by COR.

FERTILIZING & AMENDMENT OF SOILS: shall be done if Texas certified nurseryman deems necessary.
MAINTENANCE OF PLANTING BEDS:
The contractor is responsible for the maintenance of planting beds and determination of additional mulch. Undesirable plants will be removed. All plants will be pruned of dead flowers, and any dead or broken limbs. All diseased or dead plants will be removed and replaced with approved items, using the approved plans as a guide.
Clippings and other debris shall be removed and disposed of as planting debris.

WEEDS:

Manual or mechanical eradication is preferred over chemical eradication. Spot treatment is the preferred method of applying chemical controls. The contractor shall notify Safety Service when in his opinion the use of chemicals is needed. Safety service shall make final determination on the use of chemicals. Should chemical treatment be determined standard industry practices shall be used by applicators licensed by the state of Texas. If chemical treatment of weeds is used, the removal of dead weeds needs to be performed to maintain appearance. Contractor is required to maintain a file with all MSDS documents related to chemicals used.

When chemical methods are used to remove weeds or unwanted vegetation, the contractor shall assure the compatibility of the chemicals with the existing vegetation and ensure that only the weeds shall be affected by the chemicals. All weeds and unwanted vegetation killed by mechanical means or chemical treatment shall be picked up and deposited into the government provided open dumpster and shall not be left on the ground. Contractor shall be responsible for replacing or repairing any damage resulting from chemical applications.

TREES AND SHRUBS:

All trimming and pruning shall be done to promote healthy, disease free trees and shrubs. Trimming and pruning shall be accomplished under the direction of a Texas Certified Nurseryman or certified arborist.

The trees shall be minimally shaped annually to prevent overgrowth and pruned to eliminate conflict with normal traffic or safety clearance within the vicinity of the trees. Minimum safety clearance is 14 feet over the street and driveways; 7.5 feet over walk areas, and tree branches are to be 4 feet away from buildings and improved structures. Other trees shall be pruned on an as required basis to prevent safety hazards and structural damage. Trees in the line site of cameras may need to be pruned more often to prevent overgrowth and blocking its view for safety purpose as police use the cameras to monitor the grounds. Tipping and dehorning shall not be permitted except for crepe myrtles as they will need to be kept at current height. Contractor will go over the annual tree trimming/pruning for course of action for trimming/pruning of trees around utility poles/power lines for line clearance is not the responsibility of the Contractor. When trimming/pruning around utility poles/power lines is needed, the contractor will coordinate with the COR or designated personnel. Actual notification of the utility company will be made by the VA.

Unless otherwise directed by the COR, shrubs shall be pruned and trimmed to maintain their original shape and size, unless, new growth of smaller like size shrubs are planted, those will be pruned and trimmed at least 3 inches and no more than 6 inches to allow for shrub growth to catch up to the surrounding like shrubs. Minimum clearances from building, utilities, and other obstructions shall be one foot.

Hedges shall be maintained to a uniform height and width as approved by the COR. No informal hedges or screen plantings shall be converted to formal shapes unless approved by the COR. Conversion of formal hedges to informal shapes shall not take place unless they are a part of the formal landscape plan provided by the COR or developed by the contractor and approved by the COR.

All broken or dead tree limbs shall be removed, and the tree injury shall be treated as required to prevent any disease from attacking the injury.

All shrubs and trees shall be inspected at least monthly throughout the year to ensure against disease and insect infestation: When an infestation occurs, a certified applicator shall apply the appropriate fungicide or insecticide to curb infestation. Report of condition, corrective action and results shall be provided to COR.

Plant material resulting from trimming and pruning, storm or wind damage shall be removed and disposed of. Storm or wind damage material shall be removed within 2 hours of notification that damage has occurred or during contractor daily inspection, whichever occurs first. Material resulting from pruning and trimming shall be removed by the end of the workday.

RUBBISH AND DEBRIS REMOVAL:

The contractor shall remove all debris resulting from any of his tasks, leaving the area where the work was accomplished in a clean condition.

The contractor shall pickup and dispose of trash and litter including paper, plastic, bottles, cans, cardboard, rags, limbs, branches, cigarette butts, pull tabs, gum, and other similar solid materials and foreign debris. An acceptable policed area that is considered clean shall be free of such trash and litter.

Any litter found will be removed throughout the as necessary to assure a continued neat appearance

Areas around buildings, utilities, shrubs, fences, bushes, trees, etc. will be kept free of accumulated debris and trash. The contractor shall pick up debris and trash.

COVERAGE: Contractor must provide coverage to be able to maintain to specification of
this contract.

EXISTING CONDITIONS: Before any work is started, the contractor shall make a thorough survey with the COR to determine existing site conditions, existing plant damage caused by erosion, excess/lack of fertilization, parasitic plants, insects, disease, VAMC, third parties, storms, flood, frost and trees beyond their normal life span, sidewalks span.

QUALITY OF SERVICE: The contractor s personal must be competent with documented experience on grounds care and maintenance and shall have additional safety training as required by this contract.

HOURS: All work shall be performed during normal hours of operation Monday through Friday, 8:00am 4:30pm CST unless the Contracting Officer Representative (COR) states otherwise.

HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a
Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday.

HOLIDAY
DATE
New Year s Day
Jan 1
Martin Luther King s Birthday
3rd Monday in Jan
President s Day
3rd Monday in Feb
Memorial Day
Last Monday in May
Independence Day
July 4
Labor Day
1st Monday in Sep
Columbus Day
2nd Monday in Oct
Veterans Day
Nov 11
Thanksgiving Day
4th Thursday in November
Christmas Day
December 25

GOVERNMENT BADGES: The Contracting Officer Representative (COR) or VAMC
Representative will coordinate the issuance of required access badges to Contractor personnel. Contractor personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard.
Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract.
CONTRACTOR BADGES (NOT APPLICABLE): All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.
SAFETY/SECURITY REQUIREMENTS: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data.
The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR.
CONDUCT OF PERSONNEL: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract.
CONTRACTORS ATTIRE AND APPEARANCE: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.

Victoria Rone, Contracting Officer
Victoria.Rone3@va.gov

Victoria.Rone@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP