TSA AUS Lawn Care Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Original)
- Original Published Date: Aug 26, 2024 04:30 pm EDT
- Original Date Offers Due: Sep 04, 2024 12:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 10, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
- NAICS Code:
- 56173 - Landscaping Services
- Place of Performance: Del Valle , TX 78617USA
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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; quotesare being requested and a written solicitation will not be issued.
Solicitation Number: Request for Quote (RFQ) No. 70T01024Q7668N513. This solicitation is issued as an invitation to bid (IFB), request for quotation (RFQ) or request for proposal (RFP).
A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 (Effective Date 5/22/2024)
This procurement is a total small business set aside and the associated NAICS code is 561730 – Landscaping Services. The small business size standard for this NAICS is $9,500,000.00.
Price Schedule: The contract line items (CLINs) for this solicitation are summarized below:
CLIN 0001 Lawn Care Services Base Period Qty: 12 months
CLIN 1001 Lawn Care Services Option Period 1 Qty: 12 months
CLIN 2001 Lawn Care Services Option Period 2 Qty: 12 months
CLIN 3001 Lawn Care Services Option Period 3 Qty: 12 months
CLIN 4001 Lawn Care Services Option Period 4 Qty: 12 months
Requirement: Lawn care services are required for space occupied by the Transportation Security Administration (TSA) personnel at the Canine Modular Building located in Austin Bergstrom International Airport. The approximate area requiring lawn care is one-third acre (i.e. approximately 21,780 sq. ft.). Please see the attached performance work statement (PWS) for additional information regarding this requirement.
Period of Performance:
Base Period: 9/25/2024- 9/24/2025
Option Period 1: 9/25/2026- 9/24/2027
Option Period 2: 9/25/2027- 9/24/2028
Option Period 3: 9/25/2028- 9/24/2029
Option Period 4: 9/25/2029- 9/24/2030
Service provided at:
Austin Bergstrom International Airport
TSA Canine Modular Building
10330 Golf Course Road
Austin, TX 78617
FAR Provision at 52.212-1 “Instructions to Offerors - Commercial Products and Commercial Services” (Sep 2023), applies to this procurement and no addenda is attached.
FAR Provision 52.212-2 “Evaluation-Commercial Products and Commercial Services” (Nov 2021), applies to this procurement and the following information is provided:
The Government intends to evaluate submittals and award a purchase order on initial submittals without exchanges, but reserves the right to enter into exchanges. A submittal in response to the RFQ must contain the Quoter’s best terms from price standpoint. The Government reserves the right to award one or no purchase order at all. Quoters are encouraged to submit their best and final quote.
The Contracting Officer, prior to award will determine the prospective Contractor’s responsibility in accordance with FAR Part 9.1 “Responsible Prospective Contractors.” If the prospective Contractor is found not responsible the Contracting Officer will follow FAR part 19 procedures.
The Government will make an award for this solicitation based on lowest price technically acceptable (LPTA). Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the Quoter with the lowest evaluated price and evaluated as technically acceptable, and deemed responsive to the solicitation requirements and is determined to be responsible in accordance with the FAR. Quotes will be evaluated as follows:
Factor 1 - Technical Approach
Technical approach will be rated as either “Technically Acceptable” or “Technically Unacceptable” and will be evaluated as follows:
To be determined technically acceptable, the Quoter shall confirm the technical statements stated below and identify the quoted service freqency and # of hours per service visit to successfully meet the objectives identified in the PWS. The Government will evaluate the quoted service frequency and # of hours for technical acceptability based on the local climate, weather, and type of vegetation at the worksite (in in RFQ Attachment 2 "Quote Submission Form"):
- The Contractor will provide the necessary services to meet the following performance objectives:
- Cut and maintain the lawn/grass area inside and outside the fence and along building skirting to approximately 2.5 inches above ground.
- Apply necessary chemical treatments to supress weed and pest growth by at least 95% across the lawn/grass area.
- Encourage the growth of health green grass and mitigate yellow or dull coloration to less than 5% of the total lawn/grass area.
- Maintain the lawn/grass area so that it's 100% free of debris and cut or dead grass within 24 hours after work is performed.
- The quoted service schedule will be met (see table below);
- I agree to comply with the prevailing Department of Labor Wage Determination;
- I agree to comply with FAR Clause 52.219-14 “Limitations on Subcontracting”;
- I agree to comply with the sustainable acquisition requirements that are outlined in the solicitation and affirm FAR 52.223-1 “Bio-based Product Certification”; and
- I agree to comply with FAR 52.222-62 “Paid Sick Leave Under Executive Order 13706”.
Please detail the quoted service schedule below (i.e. weekly, biweekly, monthly, etc); (e.g. Lawn care services will be performed on a biweekly basis for 1 hour each week or service visit).
Service Frequency:__________________
# of Hours per Service Visit:______________
To be eligible for award the technical quotation must be evaluated as “Technically Acceptable”.
Factor 2 - Past Performance
Past performance will be rated as either “Acceptable”, “Neutral” or “Unacceptable”. Past performance will be evaluated using Past Performance information submitted in RFQ Attachment 2 – Quote Submission Form. TSA reserves the right to consider other past performance data readily available to the agency. If negative information is received that will have significant impact on the likelihood of award to a quote, the Contracting Officer will disclose the information to the Quoter and provide an opportunity to respond. Quoters without a record of relevant past performance or for whom information on past performance is not available will receive a “Neutral” rating. To be eligible for award, Past Performance must not be evaluated as “Unacceptable”.
Factor 3 - Price
- The quoted prices will be evaluated on the basis of the Total Evaluated Price of the quote, calculated by adding together the quoted prices for each Line Item identified in RFQ Attachment 2 – Quote Submission Form. The Government will evaluate that the total price is fair and reasonable based on competition. The Total Evaluated Price for each Quote will be compared to all other Quotes to determine the apparent lowest-priced quotation, and as noted will be evaluated for fairness and reasonableness, but will not receive an adjectival rating.
- The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced.
- Evaluation of options shall not obligate the Government to exercise those options.
- The Government will evaluate quotes by adding the total price for all options to the total price for the base period. To account for the option periods possible under FAR 52.217-8 (maximum of six months), the Government will evaluate the option to extend services by adding six months of the Quoter’s final option period price to the Quoter’s total price. This amount will be the total evaluated price. The Government may choose to exercise the Option to Extend Services at the end of any performance period (base or option periods). Prices for the base and option periods, including the 6-month option available under FAR 52.217-8, will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the solicitation and as quoted in the technical submission. The price for the effort associated with FAR 52.217-8 will not be included in the total awarded value at purchase order award. If, at the end of the purchase order’s period of performance (the end of the base period or any option period) and within the time period established in the clause, the Government chooses to exercise this option, the pricing will be pursuant to the monthly rate specified in the purchase order for the preceding performance period. Quoters shall not provide pricing for labor under FAR 52.217-8 “Option to Extend Services” in their quotes.
Responsible Prospective Contractors
Notwithstanding the evaluation methodology outlined in this RFQ, a Quoter must also be found responsible by the Contracting Officer prior to the award of any resultant purchase order. At a minimum, to be determined responsible a prospective contractor must:
- Have adequate financial resources to perform the contract, or the ability to obtain those resources;
- Be able to comply with the required or quoted delivery or performance schedule, taking into consideration all other business commitments;
- Have a satisfactory record of integrity and business ethics;
- Have a satisfactory performance record;
- Have the necessary organization, experience, accounting and operational controls; and,
- Be otherwise qualified and eligible to receive an award under applicable laws and regulations.
(End of Clause)
FAR Clause 52.212-4, “Contract Terms and Conditions-Commercial Products and Commercial Services” (Nov 2023), applies to this procurement and no addenda are attached.
FAR Clause 52.212-5, “Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services” (May 2024) applies to this procurement and following clauses are selected: FAR 52.203-17, FAR 52.204-10, FAR 52.204-27, FAR 52.204-28, FAR 52.204-30, FAR 52.209-6, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.222-54, FAR 52.225-13, FAR 52.226-8, FAR 52.232-33, FAR 52.222-41, FAR 52.222-42, FAR 52.222-43, FAR 52.222-55, and FAR 52.222-62.
The following clauses also apply to this procurement (incorporated by reference. Full text may be found at https://www.acquisition.gov/browse/index/far):
FAR 52.237-3 Continuity of Services (JAN 1991)
FAR 52.242-14 Suspension of Work (APR 1984)
FAR 52.242-15 Stop Work Order (AUG 1989)
FAR 52.217-8 “Option to Extend Services” (NOV 1999)
FAR 52.217-9 “Option to Extend the Term of the Contract” (MAR 2000)
HSAR 3052.212-70 “Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items” (July 2023) applies to this procurement and the following clauses are selected: 3052.204-71, 3052.205-70, 3052.228-70, and 3052.242-72. Full text of these clauses may be found at HSAR | Homeland Security (dhs.gov)
Quote Submission Instructions:
Quoters shall fill out, sign, and submit RFQ Attachment 2 – Quote Submission Form.
Questions: Please submit any questions regarding this contracting opportunity with TSA no later than 5:00 PM local Washington D.C. time on August 28, 2024 to TSA Contract Specialist, joshua.fortiz@tsa.dhs.gov and the undersigned at michael.capovilla@tsa.dhs.gov.
Quote Submission: Please submit a final, firm-fixed price quote no later than 5:00 pm local Washington D.C. time on September 4, 2024 to TSA Contract Specialist, Joshua Fortiz, joshua.fortiz@tsa.dhs.gov and the undersigned at michael.capovilla@tsa.dhs.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 6595 Springfield Center Drive
- Springfield , VA 20598
- USA
Primary Point of Contact
- Michael A Capovilla
- michael.capovilla@tsa.dhs.gov
Secondary Point of Contact
- Joshua Fortiz
- joshua.fortiz@tsa.dhs.gov
History
- Sep 11, 2024 12:00 am EDTSolicitation (Updated)
- Aug 30, 2024 11:03 am EDTSolicitation (Updated)
- Aug 26, 2024 04:30 pm EDTSolicitation (Original)