Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
DOCUMENT

Z -- Snow Removal RFQ - Attachment

Notice Date
12/5/2011
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24612Q0066
 
Response Due
12/16/2011
 
Archive Date
3/24/2012
 
Point of Contact
Danielle May
 
E-Mail Address
5-3935<br
 
Small Business Set-Aside
N/A
 
Description
(I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All bidders must also be registered on www.ccr.gov and https://orca.bpn.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA-246-12-Q-0066. This solicitation is a request for Parking Lot and Sidewalks Snow and Ice Removal Services at VA Medical Center, Durham, North Carolina in accordance with the attached Statement of Work (SOW) and other associated documents. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This is a 100% total small business set-aside. The North American Industry Classification System Code is 561790 and the size standard is $7M. SCHEDULE OF SERVICES Contractor to provide all labor, tools, equipment and materials necessary to clear snow and ice from identified roads, sidewalks and parking lots on the attached site plan for the Durham VA Medical (DVAMC).. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. Actual use shall depend on local weather conditions. BASE PERIOD (Date of Award - 14 December 2012) CLINItem0-3"3-6"6-9"9-12"12-15"Units 0001 Primary RoadsPer1-lane mile 0002 Secondary RoadsPer1-lane mile 0003 Parking LotsPer Sq FT 0004 SidewalksPer LF 0005* Snow Recovery Mode Removal & DumpingOne (1) Rubber Tire Articulating Loader (Per Hour Cost) 0006* Snow Recovery Mode Removal & DumpingOne (1) Tandum Dump Truck for snow pile removal (Per Hour Cost) 0007Hourly cost to maintain the facility once initial removal has been accomplished (e.g., still snowing ½" per hour for additional eight (8) hours. Total Each Column$$$$$ *COTR will determine if use of this line item is required OPTION YEAR ONE (15 December 2012 - 14 December 2013) CLINItem0-3"3-6"6-9"9-12"12-15"Units 1001 Primary RoadsPer1-lane mile 1002 Secondary RoadsPer1-lane mile 1003 Parking LotsPer Sq FT 1004 SidewalksPer LF 1005* Snow Recovery Mode Removal & DumpingOne (1) Rubber Tire Articulating Loader (Per Hour Cost) 1006* Snow Recovery Mode Removal & DumpingOne (1) Tandum Dump Truck for snow pile removal (Per Hour Cost) 1007Hourly cost to maintain the facility once initial removal has been accomplished (e.g., still snowing ½" per hour for additional eight (8) hours. Total Each Column$$$$$ *COTR will determine if use of this line item is required OPTION YEAR TWO (15 December 2013 - 14 December 2014) CLINItem0-3"3-6"6-9"9-12"12-15"Units 2001 Primary RoadsPer1-lane mile 2002 Secondary RoadsPer1-lane mile 2003 Parking LotsPer Sq FT 2004 SidewalksPer LF 2005* Snow Recovery Mode Removal & DumpingOne (1) Rubber Tire Articulating Loader (Per Hour Cost) 2006* Snow Recovery Mode Removal & DumpingOne (1) Tandum Dump Truck for snow pile removal (Per Hour Cost) 2007Hourly cost to maintain the facility once initial removal has been accomplished (e.g., still snowing ½" per hour for additional eight (8) hours. Total Each Column$$$$$ *COTR will determine if use of this line item is required Note: Calcium Chloride and sand may be used by the contractor to clear ice from roads and sidewalks, and provide traction; however, this should be incorporated into the pricing provided above. (V) This combined solicitation/synopsis is for purchase of the following commercial services: STATEMENT OF WORK FOR SNOW AND ICE REMOVAL Offerors or quotors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. Site visit is scheduled for December 14, 2011. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please email your intent to attend the site visit to danielle.may2@va.gov in order to schedule your time. 1.1. GENERAL SCOPE OF WORK. Contractor to provide all labor, tools, equipment and materials necessary to clear snow and ice from identified roads, sidewalks and parking lots on the attached site plan for the Durham VA Medical (DVAMC). 1.1.1. The contractor shall have two hours after receiving notification from the Contracting Officer's Technical Representative (COTR), Chief Facilities Management Service (FMS), or Director FMS Engineering Services, to commence snow and/or ice removal. Contractor shall respond on nights, weekends and holidays. The contractor shall furnish the COTR with a list of telephone numbers where the contractor or his authorized representative may be contacted seven (7) days a week, 24 hours a day, for the required services. Attachment B provides priority areas for snow removal. Attachment C is a map of the VAMC Durham complex and highlights parking areas that will require snow removal as outlined in this statement of work. 1.1.2. Contractor will have adequate insurance to cover any damages to visible structures and vehicles; however, contractor will be exempt from chips to sidewalks, stairs, roadways and curbs as long as reasonable judgment and practices are observed. 1.1.3. Contractor may stage snow removal equipment at the contractor's own risk. 1.1.4. Snow and Ice Removal. The contractor shall ensure a pathway of 3 feet wide is free of snow accumulation, piles, or drifts by removing all snow and ice from sidewalks, steps, landings, and entrance ramps. The contractor shall remove snow, including drifts or piles, from all remaining paved surfaces such as roads, parking lots, as shown on the map. 1.1.4.1. The snow in Priority 1 areas (Fulton St Entrance: ER and Veteran Parking and main entrance) shall be removed when accumulation exceeds one (1) inch or after snowfall stops. Snow and ice removal for Priority 1 areas must be accomplished within two (2) hours. 1.1.4.2. For areas identified as Priority 2 (All other lots listed on Attachment B except Priority 1 areas) the contractor shall remove snow when accumulation reaches 3 inches. This may require multiple snow/ice removals each day. Snow and ice removal for Priority 2 areas must be accomplished within six (6) hours of notification. 1.1.5. Snow and Ice Disposal. When snowfall is heavy or accumulations become excessive, the contractor shall place excess snow in disposal points pre-designated by the Contracting Officer's Technical Representative (COTR). Contractor may be required to remove snow from VAMC grounds due to space limitations and/or safety considerations. Removal process shall consist of clearing roadways and parking spaces to ensure safe usage. Contractor shall also be available for residual snow removal from VAMC grounds to ensure safe environments are maintained for patients and employees. 1.1.6. Chemical Treatment. Contractor is responsible for the chemical treatment of sidewalks, parking lots and roadways on the VA property. The contractor shall provide, maintain, and place Ice Melt, rock salt or any other de-icing product to prevent slipping and falling. 1.1.7. The contractor shall dispose of all trash and debris related to snow removal and chemical treatment. 2.1. QUALITY ASSURANCE. The government will evaluate the contractor's performance in accordance with the government's Performance Standards. Performance ObjectiveMethod of MonitoringPerformance Standard Remove Snow & Ice. Ensure paved/concrete areas are safe for vehicle and/or pedestrian traffic. Ensure areas are completely removed of snow and ice; and adequate deicing materials are in-place and applied in accordance with SOW para. 1.1.4.-1.1.7.COTR/CO verification of timely completion of services; 100% Inspection of Completed Work. COTR/CO documentation of service failuresAreas are safe for pedestrian traffic and for driving. 3.1. CONTRACT PERFORMANCE MONITORING. 8.1.1. The COTR shall be the VAMC official responsible for monitoring contract compliance. Monitoring mechanisms shall include verifying that the contractor has completed all written documentation, monitoring sign-in/sing-out sheets, verifying that invoices are being billed according to the terms of the contract. 8.1.2. The Contracting Officer will maintain a log in the contract file relative to problems or complaints associated with this contract. This log will document that mutually agreeable resolutions were reached regarding each issue in a timely manner. (VII) Dates of service shall be the date of award through December 14, 2012. Place of performance is the Durham VA Medical (VAMC), 508 Fulton Street, Durham, NC 27705 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan, 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: The Government will award a firm fixed priced contract on the basis of the lowest evaluated price of the proposals meeting or exceeding the acceptability standards for noncost factors. The following factors shall be used to evaluate offers: a) Technical understanding of the requirement (provide a detailed description, to include proposed equipment, of how your company will meet all of the contract requirements) b) Past performance. Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years c) Price - Per the schedule the basis of pricing should be determined on lane miles of primary and secondary roads; square feet of parking lots and linear feet of sidewalks cleared of snow and/or ice. Additionally, the pricing should be broken down to consider actual snowfall in inches. For example: The price to remove less than three inches, three to six inches, six to nine inches, etc. Actual snowfall will be determined by consideration of snowfall for the entire area; however, the Contracting Officer' Technical Representative will have final determination based upon local weather data as reported on local television stations or by the National Weather Service. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 2010), applies to this acquisition.. The following clauses also apply: 52.216-18 ORDERING (OCT 1995) 52.216-19 ORDER LIMITATIONS (OCT 1995) 52.216-22 INDEFINITE QUANTITY (OCT 1995) (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (15 U.S.C. 657f). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.237-1 -- Site Visit (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan,2008) 852.237-70 Contractor Responsibilities (XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 12:00 PM, DECEMBER 12, 2011. (XV) Quotes are required to be received by the Contract Specialist electronically via email no later than 2:00 P.M. EST on DECEMBER 16, 2011. All quotes must be emailed to danielle.may2@va.gov. ? Priority Areas - Priority Areas for Durham VAMC Snow Removal -Zone 1 ER and Veteran Parking and main entrance (Fulton St Entrance) -Zone 2 Erwin rd entrance and street beside garage -Zone 3 Employee shuttle pick-up/drop off and delivery trucks drop off -Zone 4 Overflow veteran parking Note: Calcium Chloride and sand may be used by the contractor to clear ice from roads and sidewalks, and provide traction; however, this should be incorporated into the pricing provided above. ? VAMC Hampton Site Map -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24612Q0066/listing.html)
 
Document(s)
Attachment
 
File Name: VA-246-12-Q-0066 VA-246-12-Q-0066_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=278876&FileName=VA-246-12-Q-0066-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=278876&FileName=VA-246-12-Q-0066-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02633416-W 20111207/111205234221-93943b0fb05b4f6836050bd9e56f62da (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.