Weed and Feed Service 934th AW

Agency:
State: Minnesota
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159510312676481
Posted Date: Mar 1, 2024
Due Date: Apr 1, 2024
Source: Members Only
Follow
Weed and Feed Service 934th AW
Active
Contract Opportunity
Notice ID
FA6633-24-Q-A003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE RESERVE COMMAND
Office
FA6633 934 AW PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 01, 2024 09:56 am CST
  • Original Date Offers Due: Apr 01, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Minneapolis , MN 55450
    USA
Description

This is a 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; proposals are being requested and a written solicitation will not be issued.



The Combined Synopsis/Solicitation Number: FA6633-24-Q-A003 for Fertilizer and Herbicide application at the Minneapolis Air Reserve Station located adjacent to the Minneapolis International Airport.



This is a Request for Quotation (RFQ) for Fertilizer and Herbicide at 934th Airlift Wing in Minneapolis, MN.



This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-02, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20240122, and Department Air Force Acquisition Circular (DAFAC) 2023-0707.



All work is to be performed in accordance with the PWS (Performance Work Statement), contract award guidelines, contract clauses and wage determination. This requirement is a 100% total set-aside for small business. The NAICS code for this requirement is 561730 with a small business size standard of $9 Million. Quotes will be evaluated in accordance with FAR Clause 52.212-2. Prospective vendors must be actively registered with the SAM.GOV system. The Offeror is responsible to download any amendments and other documents from this website without further notice from the 934th Airlift Wing.



The Offeror must be a Licensed Landscaping Service contractor who provides all requirements for this service.



Contract Line items:



The contractor shall provide all labor, equipment, materials, delivery and all other items necessary to provide the following item(s):



Contract Line Item



Qty



Unit of Measure



Unit Price



Description



0001



3 Round



Weed and Fertilizer Lawn Care:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for applying Pre-emergent/post-emergent fertilizer and herbicide applications (3 applications) In accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2024 through 30 Apr 2025.



0002



60 Hour



Non-selective Herbicide for Fence Lines:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for 60 labor hours of applying Non-Selective Herbicide treatments for Fence Lines, Sidewalks, Curbs and Pavement Joints in accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2024 through 30 Apr 2025.



1001(Option)



3 Round



Weed and Fertilizer Lawn Care:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for applying Pre-emergent / post-emergent fertilizer and herbicide applications (3 applications) In accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2025 through 30 Apr 2026.



1002(option)



60 Hour



Non-selective Herbicide for Fence Lines:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for 60 labor hours of applying Non-Selective Herbicide treatments for Fence Lines, Sidewalks, Curbs and Pavement Joints In accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2025 through 30 Apr 2026.



2001(option)



3 Round



Weed and Fertilizer Lawn Care:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for applying Pre-emergent / post-emergent fertilizer and herbicide applications (3 applications) In accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2026 through 30 Apr 2027.



2002(option)



60 Hour



Non-selective Herbicide for Fence Lines:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for 60 labor hours of applying Non-Selective Herbicide treatments for Fence Lines, Sidewalks, Curbs and Pavement Joints in accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2026 through 30 Apr 2027.



3001(option)



3 Round



Weed and Fertilizer Lawn Care:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for applying Pre-emergent / post-emergent fertilizer and herbicide applications (3 applications) In accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2027 through 30 Apr 2028.



3002(option)



60 Hour



Non-selective Herbicide for Fence Lines:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for 60 labor hours of applying Non-Selective Herbicide treatments for Fence Lines, Sidewalks, Curbs and Pavement Joints in accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2027 through 30 Apr 2028.



4001(option)



3 Round



Weed and Fertilizer Lawn Care:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for applying Pre-emergent / post-emergent fertilizer and herbicide applications (3 applications) In accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2028 through 30 Apr 2029.



4002(option)



60 Hour



Non-selective Herbicide for Fence Lines:



Furnish all necessary materials, labor, supervision, equipment and transportation for grounds maintenance services for 60 labor hours of applying Non-Selective Herbicide treatments for Fence Lines, Sidewalks, Curbs and Pavement Joints in accordance with the attached Performance Work Statement dated January 2024 for Weed and Fertilizer Lawn Care Program for approximately 26 acres in designated areas indicated in attached map. The period of performance for this Line Item is 01 May 2028 through 30 Apr 2029.



Total Price



Quotes are due by 12:00 PM Central Standard Time on April 1, 2024. Allow sufficient time for receipt of offers. All qualified responsive/responsible offerors may submit a proposal which shall be considered by the agency if received timely.



Site Visit Information: A site visit to look at the grounds (per attached map) will be held on Tuesday, March 19 at 10:00 a.m. at the 934th Airlift Wing. Please contact Michelle Hogan at michelle.hogan.1@us.af.mil with interest and location specifics will be shared.



See Attached:




  1. 20240221 PWS

  2. 20240221 WD 2015-4945

  3. Clause Selection for FAR & DFARS

  4. Combined Synopsis/Solicitation



Performance Period:



1 May 2024 – 30 April 2025 (exact dates will be coordinated once selection is made as stated in PWS)



Supplemental Clauses Incorporated by Full Text



5352.201-9101 AFRC Ombudsman (Jul 2023)



(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.



(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).



(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Col Ginger Ormond, AFRC/DS, 555 Robins Parkway, Suite 250C,Robins AFB GA 31098. Comm: 478-327-1008. Email: ginger.ormond.2@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.



(End of clause)



5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)



As prescribed in DAFFARS 5323.804-90, insert the following clause in solicitations and contracts:



ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUL 2023)



(a) Contractors shall not:



(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or



(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.



[Note: This prohibition does not apply to manufacturing.]



(b) For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:



(1) Halons: 1011, 1202, 1211, 1301, and 2402;



(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and



(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.



[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.]



(End of clause)



5352.223-9001 Health and Safety on Government Installations (Jul 2023)



(a) In performing work under this contract on a Government installation, the contractor shall:



(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and



(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.



(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.



(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.



(End of clause)



5352.242-9000 Contractor Access to Air Force Installations (Jul 2023)



(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.



(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office (Security Forces Pass & ID, Bldg. 906), the authorized contractor individual(s) must inform to the following requirements:



1. All persons requesting access must provide a REAL ID Act compliant credential (AFMAN 31-113, paragraph 3.1.)



2. All persons and their property are subject to inspection, IAW Internal Security Act of 1950 (50 U.S.C. 797, Sec.21) and the Code of Federal Regulation Title 32 Sec 809a.2.



3. Contractors are not authorized escort authority. (AFMAN 31-113, paragraph 6.5.2.) The organization requesting the project will provide escorts.



4. Dangerous weapons or destructive devices are not allowed. Firearm permits and conceal/carry permits are not exempt. (IDP, Annex C, Appendix 1, Tab L, paragraph 4.9.) The majority of this installation is federal exclusive jurisdiction which overrides state, county or local weapons permits.



5. Driving a vehicle on military installations is a privilege granted by the installation commander (AFI 31-218 Chap 2). All operators must be able to produce, on request, proof of insurance and a valid driver's license. produce, on request, proof of insurance and a valid driver's license to obtain a vehicle pass.



(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.



(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN16-1405 Air Force Personnel Security Program citing the appropriate paragraphs as applicable.



(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.



(f) Failure to comply with these requirements may result in withholding of final payment.



(End of clause)




Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 612 713 1430 760 MILITARY HWY BLDG 729
  • MINNEAPOLIS , MN 55450-2100
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 01, 2024 09:56 am CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >