Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOURCES SOUGHT

99 -- Snow and Ice Removal Service in Various Locations - Heidelberg Germany

Notice Date
11/20/2008
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, ACA, US Army Contracting Command Europe, ACA, RCO Seckenheim, ACA, RCO Seckenheim, Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
 
ZIP Code
09266-0509
 
Solicitation Number
W912PE08T0285
 
Response Due
12/11/2008
 
Archive Date
2/9/2009
 
Point of Contact
Adan Jaime, 49-621-487-3360<br />
 
Small Business Set-Aside
N/A
 
Description
1. PURPOSE: This performance work statement (PWS) sets forth the terms and conditions, standards and oversight responsibilities for Snow and Ice removal in U.S. Army locations within U.S. Army Garrison (USAG), Heidelberg and Family Housing Areas (AFH) The Department of Public Works USAG Heidelberg, requires services for the removal of snow and ice in the locations specified in this document and no more. 2. SCOPE OF WORK: The Contractor shall provide all labor, supervision, personnel, equipment, inventory, and transportation to perform snow and ice removal on U.S Army installations throughout the USAG Heidelberg and AFH. The contractor must follow the priority list guidelines attached to this document. Snow and Ice Shall removal shall be performed in sidewalks, streets and main parking lots for the following locations: a. Nachrichten Kaserne b. MTV-CDC c. PHV-CDC d. Campbell BKS/ Nato Building e. CSC-Shopping Center g. DPW h. Patton BKS i. Husserstrasse 8 j. Rmerstrasse #104 k. Tompkins BKS/ Heli port l. Kilbourne Kaserne m. Hammonds BKS n. Stem Kaserne Family Housing dead end streets and parking lot areas: o. MPV p. PHV 3. PERIOD OF PERFORMANCE: This is a three (3) year contract, basic year plus two option years. The basic period of performance for this contract commences immediately after the contractor has been notified of award with a ten (10) day period for mobilization; The basic year period of performance ends 30 Apr 09. Option years will commence 1 Nov of their respective years and will end 30 Apr on the year that follows. The decision to exercise or not exercise an option is a unilateral decision made solely at the discretion of the Government. 4. CONTRACTING OFFICERS REPRESENTATIVE (COR): The Army oversight of the Contractors performance will be through a COR. The COR will be appointed by the Contracting Officer (KO) in writing and the Contractor notified of this appointment, likewise, in writing. The Contractor shall be responsible for notifying the COR of any situation in which the removal of snow and ice can not be performed. The COR is also responsible for monitoring monthly Stand-by charges put in for reimbursement by the contractor. 5. PERSONNEL: The Contractor shall be fully responsible for the supervision, performance, and the conduct of its employees at all times while performing work under this contract. Responsibilities also include salary, benefits, and insurance requirements. a. Employee Screening. The Contractor shall ensure that all its employees performing work on US Army installations are free from the use of alcohol, use of illegal drugs, violent/anti-social behavior, dishonesty; and that they meet all Government qualifications and requirements. b. Clearances, Building Passes, and Access. The Contractor shall ensure that all of its employees fully comply with the Governments requirements regarding clearances, installation passes, and access to the premises. The Contractor must provide a list of all employees to perform in this contract for installation access purposes within the 10 day mobilization period. c. Employee Removal from Duty/Replacement. The COR may request the Contractor to immediately remove any employee(s) from the work site should it be determined by the Army that individuals are disqualified for either suitability or security reasons. d. Health and Safety. The Contractor shall be fully responsible for and shall assume all liability for compliance with all applicable regulations pertaining to the health and safety of personnel during execution of work. The Contractor shall hold the Government harmless for any action on its part or that of its employees or subcontractors, which results in illness, injury, or death to anyone on the installation. All rules of safety which are or may be imposed upon the Contractor by local German codes and the applicable installation regulations shall be effectively carried out in the performance of this contract. The Contractor shall employ good conduct and safety practices throughout. e. Security. All Contractor employees, personnel, or representative(s) shall comply with applicable security regulations during the contract period and shall be subject to such checks as may be deemed necessary to assure that no violations occur. The Military Police and other law enforcement personnel on Us Army installations have the right to deny entry to the installation or remove from the installation any Contractor employee for conduct which endangers the health or safety of people or property or for reasons of security. Such action by the Government will not excuse the Contractor from fulfilling all requirements under this contract and will not be the cause of any claim or request for compensation by the Contractor against the Government. 6. GOVERNMENT FURNISHED ITEMS: a. Facilities. The Government will make available to the Contractor Building space (TBD) for salt and any other supplies needed for snow and ice control. Contractor must take in cosideration the supply of the building space in the calculation of CLINS 0005, 1005 and 2005 b. Parking Space. The Government will provide, if necessary, parking space for trucks necessary for snow and ice removal. 7. CONTRACTOR RESPONSIBILITIES Priorities: a.Priority I. Extended daily hours 0530 through 2100 hours The contractor shall perform snow & ice control in certain areas (see enclosure 1: site plan, Nachrichten Kaserne/Nato Building Campbell BKS/CDC areas ) without any further guidance or special request. The contractor shall monitor the weather conditions. In case of snow and ice between 2100 thru 0530 hours, the areas shall be cleared and covered with salt and gritting material till 0530 hours. In case of snowfall and ice after 0530 hours, the areas shall be cleared and covered with salt and gritting material within 3 hours and kept clear till 2100 hours. Snow and ice control shall be performed on every day of the week, incl. German and American holidays, if required. On Saturdays/Sundays and American Holidays snow and ice control shall be performed from 0800 hours through 2100 hours. b. Priority II. Extended daily hours 0700 through 2100 hours. The contractor shall perform snow & ice control in certain areas (see enclosure 1: site plan) without any further guidance or special request. The contractor shall monitor the weather conditions. In case of snow and ice between 2100 hours through 0700 affecting safety driving, the areas shall be cleared and covered with salt and gritting material till 0700 hours; in case of snowfall and ice after 0700 hours, the areas shall be cleared and covered with salt and gritting material within 3 hours and kept clear till 2100 hours. Snow and ice control shall be performed on every day of the week, incl. German and American holidays, if required. On Saturdays/Sundays and American Holidays, snow and ice control shall be performed from 0800 hours through 2100 hours. c. Priority III. Daily hours 0900 through 2100 hours. The contractor shall perform snow & ice control in certain areas (see enclosure 1: site plan) upon request. Upon request, at the earliest 0900 hours, the areas shall be cleared within 5 hours, covered with salt and gritting material and kept clear till 2100 hours. Snow and ice control shall be performed on every day of the week, incl. German and American holidays, if required. On Saturdays/Sundays and American Holidays, snow and ice control shall be performed from 0900 hours through 2100 hours. Stand by: d. The Contractor will be notified by the COR when to place necessary personnel on stand-by status. The contractor will be reimbursed monthly for stand by cost associated with the removal of snow and ice. On Call: e. The Contractor shall perform snow and ice control only by request of the COR on the following locations: MTV, dead end streets and parking areas; PHV, dead end streets and parking areas; and Tomkins Barracks heli port. f. The Contractor shall remove heaps of snow obstructing the traffic (e.g. at road edges, on parking lots and pedestrian cross walks) on workdays (Monday thru Saturdays) on the same day upon request. Snow shall be transported by a truck to areas outside of the installation. It is the responsibility of the contractor to provide an unloading area for the removed snow. g. The Contractor shall remove snow and ice, if necessary, during U.S. Government federal holidays and German Holidays. Federal Holidays are as follows: New Years Day*1 January Martin Luther King Jr.s Birthday 3d Monday in January Presidents Day 3d Monday in February Memorial Day Last Monday in May Independence Day*4th of July Labor Day 1st Monday in September Columbus Day 2d Monday in October Veterans Day*11 November Thanksgiving Day 4th Thursday in November Christmas Day*25 December *Holidays occurring on Saturday shall be observed the preceding Friday. Those occurring Sunday shall be observed the following Monday. 8.CONTRACTOR MANPOWER REPORT. The Contractor shall report all Contractor manpower (to include subcontractor manpower) employed for the performance of this contract. The contractor shall complete all required fields in the reporting system using the web address: https://cmra.army.mil. The requiring activity will assist the contractor with the reporting requirement as necessary. The contractor may enter reports at any time during the reporting period, which is defined as the contract's period of performance not to exceed 12 months ending 30 September of each Government fiscal year during which the contract is in place. Reporting must be completed for every year or part of a year for which the contract is in place. Failure to comply with this reporting requirement will result in contract termination
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=046ef76065220954187294865d16dbc9&tab=core&_cview=1)
 
Place of Performance
Address: ACA, RCO Seckenheim Attn: AEUCC-S, Unit 29331, APO AE<br />
Zip Code: 09266-0509<br />
 
Record
SN01708383-W 20081122/081120220757-046ef76065220954187294865d16dbc9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.