The RFP Database
New business relationships start here

USCG SECTOR NEW ORLEANS LAWN MAINTENANCE


Louisiana, United States
Government : Military
RFP
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 Subpart 12.6 and FAR 13, 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.


 


Contractors shall provide a quote for Lawn Maintenance at USCG SECTOR NEW ORLEANS in accordance with the attached Scope of Work (SOW).


U.S. COAST GUARD


SECTOR NEW ORLEANS


200 HENDEE STREET


NEW ORLEANS, LA 70114


 


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.


 


Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Services are included in this order and are applicable.


 


Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word.


 


Vendors Doing Business with the Coast Guard MUST be registered with the System for Award Management at WWW.SAM.Gov


 


Evaluation Process: Lowest Price Technically Acceptable.


 


The lowest price quote will be evaluated on technical acceptability. If it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified; not all offers will be evaluated.


 


GROUNDS MAINTENANCE AT U.S. COAST GUARD SECTOR NEW ORLEANS


 


Description(s):


The Contractor shall furnish all labor, materials, equipment, transportation and supervision necessary to perform grounds maintenance for all landscaped areas.  The work consists of grass mowing, edging, trimming of shrubbery, blowing and vacuuming walks and roadways and collection/disposal of litter, trash and fertilization.  The period of this contract will be from 01 October 2018 to 30 September 2019.


 


 SCOPE:


 


Grounds maintenance for Sector New Orleans as stated in the attached Statement of Work (please see for more details). Site visit appointments can be scheduled with Jamy Pickett 504-365-2458, Mon-Fri 9:00AM-3:00PM. Appointments need to made 24-48 hours before requested date/time, and a valid ID is required for access.


 


PART 1 - GENERAL


 


1.1          GENERAL DESCRIPTION:  The Contractor shall furnish all labor, materials, equipment, transportation and supervision necessary to perform grounds maintenance for all landscaped areas.  The work consists of grass mowing, edging, trimming of shrubbery, blowing and vacuuming walks and roadways and collection/disposal of litter, trash and fertilization.  The period of this contract will be from 01 October 2018 to 30 September 2019.


 


1.2          LOCATION:  The work is located at the U.S. Coast Guard Sector New Orleans, 200 Hendee Street, New Orleans, LA 70114.  Other locations covered under this contract shall include:


 


1.            All U.S. Coast Guard managed property covered on this contract is designated on attached drawing.


 


1.3          INSPECTION PRIOR TO BID:  Prospective bidders are encouraged to visit the site to familiarize themselves with the existing conditions. 


 


U.S. COAST GUARD


SECTOR NEW ORLEANS


200 HENDEE STREET


NEW ORLEANS, LA 70114


ATTN: SK2 Brian Cole


Telephone: (504) 365-2467


E-mail: Brian.S.Cole@uscg.mil


 


1.4          AVAILABILITY OF UTILITY SERVICES:  Electricity and potable water will be made available to the contractor without charge.


 


1.5          WORK CONDITIONS:  The Contractor shall closely coordinate all work with the Contracting Officer's Technical Representative (COTR) in order to keep disturbances to personnel and operations to a minimum.


 


1.6          CONTRACTOR USE OF PREMISES:  The Contractor will be working on a Coast Guard operational military installation.  Become familiar with and obey unit fire, traffic and security regulations.  Personnel shall not stray from the immediate area of work or direct avenues of ingress and egress unless authorized in advance by the COTR.


 


1.7          SECURITY


 


1.7.1      The Contractor shall provide the COTR with a list of names of all personnel who will be working on the site.  The Contractor may submit a revised list any time during the project.  Only personnel on the approved list will be allowed on the site.


 


1.7.2      All personnel shall carry proper identification (ID) when on site.  Proper ID is defined as either the individual's driver's license or government issued photo ID.   Individuals without proper ID will be escorted off the Coast Guard premises.


 


1.8          FINAL INSPECTION AND ACCEPTANCE:  The Contractor shall give the COTR a 30 min advance notice prior to the completion of each lawn care visit so that the COTR may conduct the final inspection.


 


1.9          SAFETY: All equipment operators will be qualified operators of their equipment, trucks, street sweepers, etc.  All equipment operators shall use the proper PPE.


 


1.10        EQUIPMENT:  All power operating equipment and all hand tools shall be operated within the safety parameters as defined by OSHA.  Equipment shall be carefully maintained and operated with proper safety guards and devices and with discretion when near any personnel.  The COTR may stop work if equipment or methods are found to be unsafe.  Any work not satisfactorily completed will result in reduction of payment.


 


1.11        WORK SCHEDULE:  The Contractor is responsible for establishing and maintaining a monthly work completion schedule.


 


1.12        ON-SITE SUPERVISION:  The Contractor is required to have a qualified work supervisor on the job while the contract work is being performed.  The qualified supervisor must service as a point of contact for the COTR in maintaining the work specification requirements, scheduling, inspections and maintaining safety standards.  The supervisor must be able to speak and understand English.


 


1.13        BILLING AND PAYMENT REQUIREMENTS:


 


1.13.1    Invoice Requirements:  Invoices shall be submitted in an original and one copy to the COTR for certification of receipt and acceptance. 


 


PART 2 - PRODUCTS


 


2.1     FERTILIZERS, PEST CONTROLS, WEED KILLERS:  The Contractor is required to submit any Material Safety Data Sheets (MSDS) to the COTR for any chemicals brought onto the facility.  All chemicals shall be in containers specifically designed for their storage, in good condition and free of leaks.


 


PART 3 - EXECUTION


 


3.1     INSPECTION PRIOR TO BEGINNING WORK: Prior to performing any grounds maintenance, the contractor must inspect the landscaped areas and report to the COTR any adverse conditions and give recommendations for solving the problem.  Conditions include, but are not limited to:


 


a.            Under watering


b.            Over watering


c.             Stress


d.            Change in color of grass


e.            Weeds and fungus


f.             Insect and animal pests


 


3.2     LITTER/TRASH DISPOSAL: Bottles, loose paper cartons, cans and other material not compatible with well-kept grounds shall be removed prior to each mowing.  All debris is to be hauled outside the Government property the same day it is collected and disposed of at the Contractor's expense.


 


3.3     MOWING:  Grass cutting shall be completed as follows: October - twice a month (every other week), November through January - once a month, February through March - twice a month (every other week) and April through September - once a week.  Mowing equipment shall be kept in sharp condition and the cutting height from two and one half inches to three inches of blade surface remaining after each cut.


 


3.4     TRIMMING TURF:  Trimming turf shall be done on a recurring basis in conjunction with grass cutting and shall include edging the grass along walks and roadside or areas where grass meets interferences, i.e., sidewalks, roadways, walks, walls, fences, trees, shrubs and the barrier between ground cover and grass, fire plugs, poles/post or along any structure bordering on a landscaped area.  Eradication by chemical means may be utilized if approved by the COTR.  Chemicals if utilized must meet the Environmental Protection Agency's requirements and are supplied at the Contractor's expense.  Chemicals shall not be used for edging.


 


3.5     PRUNING/TRIMMING OF SHRUBBERY:  Hedges and shrub spaces shall be maintained in a neat fashion as directed by the COTR.  Pruning/trimming shall be done at intervals not to exceed once each month.  Pruning shall be done to develop proper shape and growth to remove broken limbs and growth damaged by insects or disease or by storm.  All pruning shall be done in accordance with acceptable horticultural practices.


 


3.6     ***REMOVED***


 


3.7     ***REMOVED***


 


3.8     ***REMOVED***


 


3.9     ***REMOVED***


 


3.10   WEED CONTROL: All landscaped areas shall have all weeds removed at least once per month.  If chemical weed control is used it shall be EPA approved and shall not harm the landscape.  Weed growing in parking lots and other undesirable areas shall be sprayed once per month.  All removed weeds shall be disposed of in accordance with paragraph 3.11.


 


3.11   CLEAN UP:  Immediately after each ground service, the Contractor must collect all grass clippings, hedge trimmings, leaves, palms, trash and debris to be hauled outside the Government property area as described in Section 3.1.


 
HOW TO RESPOND:


All questions regarding this request for quotes must be submitted via email. Telephone inquiries are strongly discouraged. Proposals must include: (1) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience.


 


Cost Proposal:

Provide Firm Fixed-Price. Offerors must submit an original and one copy of the proposal to Jamy Pickett, USCG Sector New Orleans, 200 Hendee St, New Orleans, La 70114. Electronic transmissions to brian.s.cole@uscg.mil are PREFERED, but must be timely. Proposal Evaluation Criteria:(1) LPTA (2) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be the determining factors in this solicitation.


 


The following Federal Acquisition Regulations clauses are incorporated by reference:


FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (SEPT 07) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007).


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07).


FAR 52.222-3, Convict Labor (June 2003).


FAR 52.222-26, Equal Opportunity (Aug 2007).


FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006).


FAR 52.222.36, Affirmative Action for Workers with Disabilities (June 1998).


FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006).


FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006).


FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003).


FAR 52.222-41, Service Contract Act of 1965, as Amended (July 2005).


FAR 52.222-44, Fair Labor Standards Act and Service Contract Act? XPrice Adjustment (Feb 2002).


FAR 52.232-18, Availability of Funds (Apr 1984).


FAR 52.249-4, TERMINTATION FOR CONVENIENCE OF THE GOVERNMENT


FAR 52.237-1 -- Site Visit (Apr 1984). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.


FAR52.204-7 -- System for Award Management. An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.


 


Wage Determination No.: 2015-5190


Revision No.: 14


Date of Revision: 07/16/2019


 


Offerors can retrieve these clauses and Wage Rates on the INTERNET at www.arnet.gov and https://wdol.gov/Index.aspx. Questions about this requirement must be in writing and submitted by mail or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 3:00 CST, September 06 , 2019. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.


 


 


Place of Contract Performance:


Coast Guard Sector New Orleans


200 Hendee St


New Orleans, La 70114


United States


BRIAN S. COLE, SK2, Phone 5043652467, Email brian.s.cole@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP