Fertilization & Weed Control
ID: 60100PR240000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCG ACADEMY(00039)GROTON, CT, 06340, USA

NAICS

Landscaping Services (561730)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard Academy, is seeking qualified contractors to provide fertilization and weed control services for its grounds in New London, Connecticut. The procurement involves comprehensive lawn care tasks across 33 acres, including scheduled applications of fertilizers, herbicides, and insecticides, as outlined in the Performance Work Statement (PWS). This contract is crucial for maintaining the aesthetic and health standards of the Academy's facilities, ensuring compliance with state and federal regulations. Interested small businesses must submit their quotes electronically by the specified deadline, with the contract expected to span a base year and four optional renewal periods, starting January 1, 2025. For further inquiries, contact Katherine Discenza at katherine.M.Discenza@uscg.mil or Michael Edwards at michael.d.edwards@uscg.mil.

    Point(s) of Contact
    Katherine Discenza, PO1
    katherine.M.Discenza@uscg.mil
    Files
    Title
    Posted
    The document outlines the terms and conditions related to a federal acquisition, specifically focusing on the incorporation of Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. This includes various provisions concerning definitions, subcontracting restrictions, contractor compliance, and requirements for reporting telecommunications equipment and services. Key clauses address anti-kickback procedures, whistleblower rights, and payment processes, as well as prohibitions on contracting with entities involved with certain telecommunications providers, particularly Kaspersky Lab and its affiliates. The document emphasizes compliance with national security regulations, specifically addressing telecommunications services under the John S. McCain National Defense Authorization Act. It also requires offerors to disclose any use of covered telecommunications equipment or services as part of their bids. By integrating these clauses, the document sets forth the government's expectations for contractors, ensuring adherence to legal and regulatory standards and emphasizing security risks associated with foreign technology. This ensures a comprehensive approach in safeguarding government contracts by mandating transparency and accountability in contractor practices.
    The provided document outlines the suggested Contract Line Item Numbers (CLINs) for lawn care services at the Coast Guard Academy for the base year. It specifies that the contractor is responsible for delivering all necessary labor, materials, equipment, transportation, and supervision as detailed in the Performance Work Statement (PWS). The document includes seven distinct applications, each identified by a unique sub-CLIN (0001A to 0001G), correlating with specific tasks outlined in the PWS, ranging from various lawn care techniques to maintenance strategies. Each application is indicated to require a quantity of one unit. This structured approach ensures clarity in the deliverables and responsibilities of the contractor, aligning with federal procurement practices for services rendering detailed and scalable management of contract expectations.
    The document is a technical exhibit referencing various facilities and infrastructure within a designated area, likely related to a federal or state request for proposal (RFP) process. It details structural elements such as fields for men's baseball and women's softball, maintenance buildings, a pumping station, and several campus buildings. The layout includes specific landmarks, roads, and utilities, suggesting a focus on either campus development or facility management. The presence of diverse educational halls indicates this may relate to a campus setting, possibly related to grants or proposals for athletic or educational facility improvements. The data appears to be a planning document that serves as a guide for potential contractors or stakeholders involved in proposals or grants, addressing aspects of construction, maintenance, or facility enhancements. The revision date of November 2019 implies the information is relatively current within the context of ongoing facility management and improvement initiatives.
    The U.S. Coast Guard Academy's Performance Work Statement outlines the requirements for fertilization and weed control services for its 33 acres of grassy areas. The contractor is responsible for providing labor, materials, and equipment for various lawn care tasks, including scheduled applications of fertilizers, herbicides, insecticides, and soil sampling. Key tasks are specified for each application period, with detailed instructions on composition, application methods, and qualifications for personnel handling chemicals. The document emphasizes maintaining a professional appearance of the Academy’s grounds while complying with state and federal regulations. It also establishes guidelines for personnel conduct, project management, reporting, and timelines for deliverables. Additionally, it notes that all contractor personnel must be state-certified for pesticide handling and ensure effective communication with the Government's representative. The contract spans a base year and four optional renewal periods, with operations primarily conducted on the Academy's premises during regular weekday hours. This structured approach is intended to ensure the effective maintenance of the Academy’s facilities in accordance with the specific aesthetic and health standards required by the government.
    The document is a wage determination under the Service Contract Act issued by the U.S. Department of Labor, specifying minimum wage rates for various occupations in New London County, Connecticut. It outlines wage requirements based on Contracts entered into or renewed after January 30, 2022, with reference to Executive Orders 14026 and 13658. A minimum wage of $17.20 per hour applies in relation to Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour according to Executive Order 13658. Additionally, the document details specific occupations, corresponding wage rates, and necessary fringe benefits such as health, welfare, vacation, and holiday pay. It includes provisions regarding additional payroll classifications, compounding sick leave benefits under Executive Order 13706, and outlines the process for requests to classify unlisted occupations. Overall, this wage determination serves as a guideline for federal contractors, ensuring compliance with federal minimum wage laws and promoting fair labor practices for service contract workers in Connecticut.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG Academy Audio/Video for Commencement Exercises
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide audio and video services for the Coast Guard Academy's Commencement Exercises scheduled for May 21, 2025, in New London, Connecticut. The procurement includes the provision of equipment, operation, labor, materials, supervision, and transportation necessary for high-quality audio, video, lighting, and temporary power setups, ensuring a professional presentation for approximately 2,475 guests. This opportunity is significant as it supports a major ceremonial event, reflecting the Coast Guard's commitment to excellence and adherence to federal standards. Interested small businesses must submit their proposals by November 14, 2024, with an estimated contract value of approximately $40 million for a base year and four optional years, and can contact Tyrone Minnifield at Tyrone.Minnifield2@uscg.mil for further information.
    Dredged Material Containment Areas (DMCA) Mowing for Glynn and Chatham Counties, GA and Jasper County, SC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is seeking information from potential contractors for mowing and vegetation management services at Dredged Material Containment Areas (DMCA) in Glynn and Chatham Counties, Georgia, and Jasper County, South Carolina. The project involves mowing approximately 800 acres at Savannah Harbor and 72 acres at Brunswick Harbor, with additional tasks including herbicide application and vegetation removal on designated bird nesting islands. This work is crucial for maintaining the integrity of the containment areas and supporting environmental management efforts. Interested contractors are encouraged to submit a capabilities statement and complete the Sources Sought Questions document, with an estimated contract value between $2.5 million and $5 million. For further inquiries, contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Glenda Canty at glenda.a.canty@usace.army.mil.
    NATO Business Opportunity: Routine and Emergent Ground Maintenance
    Active
    Commerce, Department Of
    The Bureau of Industry and Security, part of the Department of Commerce, is seeking proposals for routine and emergent grounds maintenance services at the Supreme Allied Commander Transformation Headquarters in Norfolk, Virginia. The contract, which spans from January 1, 2025, to December 31, 2025, with four additional option periods, requires comprehensive maintenance of approximately 5.14 acres, including weekly grass cutting, aeration, leaf removal, and snow removal services, all adhering to high-quality standards and specified delivery schedules. This opportunity is crucial for maintaining NATO facilities in alignment with operational requirements, thereby supporting international military collaboration. Interested bidders must submit their proposals electronically by 9:00 am on December 2, 2024, following a mandatory site visit on November 6 and 7, 2024, and must provide written intent to attend the site visit by November 5, 2024.
    W912BU25R- Blue Marsh Grounds Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified contractors for general grounds maintenance at the Blue Marsh Lake project in Leesport, Pennsylvania. The scope of work includes various landscaping services such as lawn maintenance, tree felling, stump grinding, brush cutting, and debris removal, requiring the contractor to possess a pesticide applicator's license and be a licensed arborist in Pennsylvania. This procurement is crucial for maintaining the recreational facilities and ensuring the safety and aesthetic appeal of the area, with a contract period of performance set for 365 days post-award. Interested parties must submit their responses, including qualifications and past performance information, to Frederick Conway at frederick.conway@usace.army.mil by November 8, 2024, at 1:00 P.M. EST.
    S208 - Lawn Maintenance at the Redmond Air Center
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide lawn maintenance services at the Redmond Air Center in Oregon. The contractor will be responsible for all labor, equipment, materials, and services necessary for general lawn maintenance, including mowing, edging, fertilization, and shrub bed upkeep, over a base year with four optional years. This procurement emphasizes the importance of maintaining the facility's green spaces to ensure operational integrity and aesthetic standards. Interested parties must submit their technical and price quotes, along with completed representations and certifications, by the specified deadlines, and can contact Contracting Officer Thomas Lucas at Thomas.Lucas@usda.gov for further information.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified small businesses for the Regional Multiple Award Construction Contract (RMACC III), aimed at providing General Construction Services across the United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify capable contractors for a range of construction projects, with a total projected capacity of up to $4 billion, covering individual project estimates from $250,000 to $15 million. The RMACC III emphasizes the importance of small business participation in enhancing construction efficiency and will facilitate various construction needs, including building construction and infrastructure development. Interested contractors must submit their capabilities and responses by November 12, 2024, to the designated RMACC mailbox, with inquiries directed to Cheryl Berry at Cheryl.A.Berry@uscg.mil or by phone at 206-815-5287.
    USCG KETCHIKAN ALASKA JANITORIAL SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for janitorial services at Base Ketchikan, Alaska, with an anticipated contract start date in January 2025. The contractor will be responsible for maintaining clean and sanitary conditions in government buildings, employing a tailored labor mix and management structure based on historical data, while adhering to federal and state compliance regulations. This procurement emphasizes the use of eco-friendly materials and qualified personnel, ensuring safety and regulatory compliance throughout operations. Interested parties must submit their proposals to Deno Stamos at deno.a.stamos@uscg.mil before the specified deadline to be considered for the award.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to safeguard federal personnel and property, with a total estimated requirement of 1,537,500 service hours over a five-year period, from May 1, 2025, to April 30, 2030. This contract, structured as a fixed-price indefinite-delivery/indefinite-quantity (IDIQ) type, emphasizes the importance of quality and technical capabilities over price, requiring contractors to possess a Top Secret Security Clearance. Interested small businesses must submit their proposals by November 4, 2024, and can direct inquiries to Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or Todd Wanner at todd.m.wanner@fps.dhs.gov.
    Trinity Region-Joe Pool Lake DAM Mowing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide mowing services at the Joe Pool Lake Dam in the Trinity Region. The procurement aims to maintain the landscaping and groundskeeping of the dam area, ensuring it remains safe and aesthetically pleasing for public use. These services are crucial for the upkeep of federal properties, contributing to environmental management and public safety. Interested small businesses are encouraged to reach out to Gloria Gonzales at GLORIA.GONZALES@USACE.ARMY.MIL or call 817-886-1082 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    SECTOR LAKE MICHIGAN SNOW REMOVAL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for snow removal and de-icing services at the Sector Lake Michigan facility in Milwaukee, Wisconsin. The contract encompasses a base year plus four option years, requiring the contractor to manage snow clearing over approximately 2.7 acres of paved surfaces and sidewalks, with snow removal commencing at one inch of accumulation and achieving a 95% clearance standard. This procurement is critical for maintaining safe conditions during winter months and ensuring compliance with environmental regulations to protect Lake Michigan. Interested vendors must submit their quotes on business letterhead, detailing estimated materials, labor, and man-hours, to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL, with a site visit scheduled for October 30, 2024, at 10:00 AM Central Time. The contract is set aside for small businesses, and all contractors must be registered with the System for Award Management (SAM) to be eligible.