The RFP Database
New business relationships start here

W91ZLK-15-T-0285 - Landscaping Services, 20th Chemical, Biological, Radiological, Nuclear and Explosives Command (CBRNE), Edgewood Area, Aberdeen Proving Ground MD.


Maryland, 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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

COMBINED SYNOPSIS/SOLICITATION
W91ZLK-15-T-0285
Landscaping Services, 20th Chemical, Biological, Radiological, Nuclear and Explosives Command (CBRNE), Edgewood Area, Aberdeen Proving Ground MD.
This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-82. The solicitation number for this request for proposal (RFP) is W91ZLK-15-T-0285

This requirement is under the associated North American Industry Classification System (NAICS) Code 561730, Landscaping Services $7.5. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.5, Test Program for Certain Commercial Items. This procurement will be evaluated lowest price technically acceptable, for the procurement of the following services/materials.

Landscaping Services to include:
1.    REMOVAL OF DEBRIS, LEAVES, AND LITTER FROM THE GROUNDS
2.    WEED CONTROL
3.    LANDSCAPING to include the procurement of material such as scrubs and mulch in accordance with the attached Performance Work Statement (PWS).
Item 0001: LANDSCAPING SERVICES BASE YEAR

QTY: ____1______        Unit of Issue: _JOB_____        Total Cost: ________

Item 1001: LANDSCAPING SERVICES Option Year One (1)

QTY: ____1______        Unit of Issue: _JOB_____        Total Cost: ________


Item 2001: LANDSCAPING SERVICES Option Year Two (2)

QTY: ____1______        Unit of Issue: _JOB_____        Total Cost: ________
    
52.212-1 Instruction to Offerors Commercial Items

SITE VISIT MAY BE REQUESTED BEFORE 8 JULY 2015:
Contact: SGM Johnson, Curtis A. - VIA EMAIL ONLY: curtis.a.johnson.mil@mail.mil

Clearly state in Subject line: SITE VISIT REQUEST Ref: W91ZLK-15-T-0285
Time Requested:
Company Name:
Attendees Full Name:
Telephone Number:
Email Address:

This clause applies in its entirety and there are currently no addenda to the provision.
Proposals shall be submitted in two (2) separate volumes:
Volume I: 20th CBRNE Landscaping Services; W91ZLK-15-T-0285 - PRICE PROPOSAL
Volume II: 20th CBRNE Landscaping Services; W91ZLK-15-T-0285 TECHNICAL PROPOSAL

ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:

W91ZLK-15-T-0285 PROPOSAL FROM (INSERT COMPANY NAME)

Proposal Format:
Volume I: Detailed Price Proposal to include the following elements:
1.    Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension.

2.    INCLUDE ALL Information Below:
Item 0001: LANDSCAPING SERVICES BASE YEAR

QTY: ____1______        Unit of Issue: _JOB_____        Total Cost: ________

Item 1001: LANDSCAPING SERVICES Option Year One (1)

QTY: ____1______        Unit of Issue: _JOB_____        Total Cost: ________


Item 2001: LANDSCAPING SERVICES Option Year Two (2)

QTY: ____1______        Unit of Issue: _JOB_____        Total Cost: ________


Total Cost: ______________
**Note** Firm Fixed Priced cost for all labor associated with removal, disposal and installation of materials

Volume II: Detail Technical Proposal to include the following elements:
1.    Performance Approach in accordance with all sections of the attached PWS.
2.    Proposed Schedule, ****START DATE 1 August 2015
3.    Quality Assurance Plan

52.212-2, Evaluation Commercial Items

The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Proposals will be evaluated by adding all Firm-Fixed Price costs for Items 1 and 2.
52.212-3 Offeror Representations and Certifications -- Commercial Items.
All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered.
Vendors may register with SAM by going to www.sam.gov.
52.212-4 Contract Terms and Conditions Commercial Items
This clause applies in its entirety and there are currently no addenda to the provision.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
This clause applies, and the following clauses are incorporated by reference.
The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil:
52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note).

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).

52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)).

52.222-3, Convict Labor (June 2003) (E.O. 11755).

52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).

52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).

52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495).

Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note).

(ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793).

(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).

(xii) 52.222-54, Employment Eligibility Verification (JUL 2012).

(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

52.217-8 Option to Extend Services (Nov 1999)
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 at least 30 days before the contract expires.
        
All questions must be submitted via email to chanel.d.desilva.civ@mail.mil by 06 July 2015, 3:00 p.m. EDT. SUBJECT LINE: W91ZLK-15-T-0285 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO.
NO TELEPHONE INQUIRES WILL BE HONORED.
Quotations must be signed, dated, and received by 13 July 2015, 3:00 p.m. EST via email to chanel.d.desilva.civ@mail.mil
NO TELEPHONE INQUIRES WILL BE HONORED.
PERFORMANCE WORK STATEMENT
LANDSCAPING Support Services

1. BACKGROUND
The 20th CBRNE Command (CBRNE-Chemical, Biological, Radiological, Nuclear and Explosives), also called CBRNE Command, was activated 16 Oct. 2004, by U.S. Army Forces Command to provide specialized CBRNE response in support of military operations and civil authorities. The CBRNE Command consolidates its unique assets under a single operational headquarters located in the Edgewood Area of Aberdeen Proving Ground (APG), Maryland.

2. OBJECTIVE
The contractor shall provide all personnel, equipment, tools, materials, supervision, maintenance and other items or services necessary to ensure that grounds maintenance is performed at Headquarters, 20th CBRNE Command and other designated military sites as identified within this Performance Work Statement (PWS) and the attached annex, to include installation and maintenance of two landscape locations adjacent to the handicap ramps at building # 2400. The contractor shall ensure that all work is accomplished in accordance with all applicable federal, state and local laws, regulations for Aberdeen Proving Ground-Edgewood Area facilities in a manner that shall maintain and present a healthy, clean, neat and professional appearance to all grounds included covered by this contract.

3. SCOPE (REFERENCE ATTACHEMENT 20TH CBRNE SERVICE AREA)

a.    PLACES OF PERFORMANCE (Attachment A)

1.    Building E1042
2.    Building E1890
3.    Building E1932
4.    Building E1942
5.    Building E1947
6.    Building E2196
7.    Building E2200
8.    Building E2400
9.    *Building E2410
10.    *Building E2430
11.    *Building E2433
12.    Building E4220
13.    Building E4223
14.    Building E4470
15.    Building E4506
16.    Building E5140
17.    Building E5244
18.    Building E5246
* Denotes only monthly weed control is required
b.    Period of Performance: 12 MONTH BASE YEAR AND TWO (2) 12 MONTH OPTION YEARS.

c.    MOWING GRASS: All lawn areas for building numbers: E1942, E2400, E4224, and E4470 shall be mowed by the contractor on a weekly basis and all lawn areas for the remaining buildings shall be mowed by the contractor on a bi-weekly basis, including ditches, swales, and all areas where the ground is covered with grass of any type. The contractor shall maintain the grass height between 2 and 4 inches. Grass clippings shall be removed from lawn, sidewalks, and other paved areas by the contractor when visible after mowing on the same day the mowing is performed. No service required for building numbers: E2410, E2430, and E2433.

d.    EDGING: The contractor shall edge the lawn adjacent to all sidewalks, driveways, curbs, and other concrete or asphalt areas to present a neat appearance. The use of post-emergent herbicides by the contractor for edging purposes is limited to grass in cracks, gravel and between rocks. The contractor shall remove all edging debris the same day that edging is performed. No service required for building numbers: E2410, E2430, and E2433.

e.    TRIMMING: The contractor shall trim grass and weeds around trees, shrubs, buildings, fences, poles, posts, fire hydrants, parking lot bumpers, boulders, and all other fixed objects that project above the ground. Trimming shall also include removal of all vegetation from cracks in sidewalks, driveways, and curbs and gutters. The use of herbicides by the contractor shall be limited to post-emergent crack grass, base perimeter fence line, buildings, AC units, and cables. The grass or weeds shall be trimmed to the same height as the adjacent mowed grass. Trimming work shall be performed concurrently with mowing the adjacent grass. The contractor shall repair any damages to trees and shrubs caused by trimming. If a plant damaged by trimming dies or becomes unhealthy, the contractor shall replace the damaged plant with a plant of the same size and type at no additional cost. Plant replacement shall be performed within 15 days of the date the contractor is notified to replace the plant. The contractor shall remove all trimming debris the same day that trimming is performed. No service required for building numbers: E2410, E2430, and E2433.

f.    REMOVE DEBRIS, LEAVES, and LITTER FROM THE GROUNDS: The contractor shall perform litter patrol. Responsibilities shall include - but not limited to, the removal and disposal of all natural debris, (i.e. leaves, tree limbs, dry brush, rodent habitats, dead animals, etc.) litter, and trash. During the fall months, fallen leaves shall be removed from grounds. Dispose of all debris at an off-base location in accordance with existing local, state and federal regulations.

g.    WEED CONTROL: The contractor shall perform/weed control during performance of grounds maintenance services. All contract employees that apply herbicide must have a Maryland herbicide application certificate/license. The contractor shall be responsible to ensure that the licenses/certificates and training of contractor personnel are kept current. Copies of these certifications shall be provided to the Contracting Officer not later than ten (10) calendar days prior to the start of the contract period, and again within ten (10) calendar days upon a change in personnel. Pull and/or spray weeds with environment friendly herbicides in cracks, crevices, around building, AC and cable units, and rock drains as needed.

h.    LANDSCAPING: The contractor shall install and maintain two landscape
locations at building number 2400 by mulching, aerating, weeding, grubbing and removing thatch, and trimming and edging around flower beds, walks, and walls. The contractor shall mix and spray or spread fertilizers onto grass, shrubs, and trees, using hand or automatic sprayers or spreaders. The contractor shall mow and edge lawns. The contractor shall plant seeds, bulbs, foliage, flowering plants, grass, ground covers, trees, and shrubs, and apply mulch for protection, using gardening tools.

4. QUALITY ASSURANCE/CONTROL

a.    GOVERNMENT QUALITY ASSURANCE. The Government may use various quality assurance methods to determine the contractor's compliance with the PWS and the contract requirements.

PERFORMANCE REQUIREMENTS SUMMARY (PRS)
Performance Objective    Performance Indicator    Performance Threshold
    Method of Surveillance
PRS # 1

SEE ATTACHMENT

MOWING     All lawn areas shall be mowed by the contractor on a weekly basis for selected buildings and bi-weekly for remaining buildings including ditches, swales, and all areas where the ground is covered with grass of any type. The contractor shall maintain the grass height between 2 and 4 inches.    95% accuracy and completeness

100% accuracy and completeness (one correction)
    100% inspection of service

Direct observation and report
PRS # 2

SEE ATTACHMENT
    
EDGING

    The contractor shall edge the lawn adjacent to all sidewalks, driveways, curbs, and other concrete or asphalt areas to present a neat appearance.    95% accuracy and completeness

100% accuracy and completeness (one correction)    100% inspection of service

Direct observation and report
PRS # 3

SEE ATTACHMENT

TRIMMING

    The contractor shall trim grass and weeds around trees, shrubs, buildings, fences, poles, posts, fire hydrants, parking lot bumpers, boulders, and all other fixed objects that project above the ground. Trimming shall also include removal of all vegetation from cracks in sidewalks, driveways, and curbs and gutters.
Trimming work shall be performed concurrently with mowing the adjacent grass. The contractor shall repair any damages to trees and shrubs caused by trimming.    95% accuracy and completeness

100% accuracy and completeness (one correction)

    100% inspection of service

Direct observation and report

PRS # 4
SEE ATTACHMENT

REMOVE DEBRIS, LEAVES, AND LITTER FROM THE GROUNDS    The contractor shall perform litter patrol. Responsibilities shall include - but not limited to, the removal and disposal of all natural debris, (i.e. leaves, tree limbs, dry brush, rodent habitats, dead animals, etc.) litter, and trash. During the fall months, fallen leaves shall be removed from grounds. The contractor shall perform litter patrol. Responsibilities shall include - but not limited to, the removal and disposal of all natural debris, (i.e. leaves, tree limbs, dry brush, rodent habitats, dead animals, etc.) litter, and trash. During the fall months, fallen leaves shall be removed from grounds.    95% accuracy and completeness

100% accuracy and completeness (one correction)
    100% inspection of service

Direct observation and report
PRS # 5


SEE ATTACHMENTS


WEED CONTROL    The contractor shall perform/weed control during performance of grounds maintenance services. The contractor shall be responsible to ensure that the licenses/ certificates and training of contractor personnel are kept current. Pull and/or spray weeds with environment friendly herbicides in cracks, crevices, around building, AC and cable units, and rock drains as needed.     95% accuracy and completeness

100% accuracy and completeness (one correction)
    100% inspection of service

Direct observation and report
PRS # 6

SEE ATTACHMENTS

LANDSCAPING    The contractor shall install and maintain two landscape
locations at building # 2400 by mulching, aerating, weeding, grubbing and removing thatch, and trimming and edging around flower beds, walks, and walls. The contractor shall mix and spray or spread fertilizers onto grass, shrubs, and trees, using hand or automatic sprayers or spreaders. The contractor shall mow and edge lawns. The contractor shall plant seeds, bulbs, foliage, flowering plants, grass, ground covers, trees, and shrubs, and apply mulch for protection, using gardening tools.
    95% accuracy and completeness

100% accuracy and completeness (one correction)
    100% inspection of service

Direct observation and report

b. CONTRACTOR QUALITY CONTROL. The contractor shall develop and maintain a quality program to ensure grounds maintenance services are performed in accordance with established standards of the local county extension office. As a minimum, the contractor shall develop and implement procedures to identify and prevent defective services from recurring.

5. GENERAL INFORMATION.

a. HOURS OF PERFORMANCE. The contractor shall perform ground maintenance during daylight hours only. Excluding Federal Holidays

2015 Federal Holidays:

Thursday, January 1    New Year's Day
Monday, January 19    Birthday of Martin Luther King, Jr.
Monday, February 16*    Washington's Birthday
Monday, May 25    Memorial Day
Friday, July 3**    Independence Day
Monday, September 7    Labor Day
Monday, October 12    Columbus Day
Wednesday, November 11    Veterans Day
Thursday, November 26    Thanksgiving Day
Friday, December 25    Christmas Day

b. SECURITY REQUIREMENTS. All contractor employees shall carry contractor photo identification at all times. Contractor employees shall comply with any APG security measures implemented at all times. This includes but is not limited to vehicle and goods searches and identification checks during times of increased security.

c. VEHICLES AND PASSES. Strict security and personnel access control is maintained. Each Contractor employee working on APG must have a Contractor provided company identification card. Failure to completely and accurately submit the required forms may result in a delay or denial of access.




CHANEL D. DE SILVA, 443-861-4741

ACC-APG-TENANT CONTRACTING DIV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP