Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

S -- Snow Removal Services - Sources Sought

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
NPSNCR1001-SNOWREMOVAL
 
Point of Contact
Shecola Waters, Phone: 2026197410, Daniel Jackson, Phone: 2026196364
 
E-Mail Address
shecola_waters@nps.gov, daniel_jackson@nps.gov
(shecola_waters@nps.gov, daniel_jackson@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for Snow Removal Services SOURCES SOUGHT FOR SNOW REMOVAL SERVICES – Washington, DC 1. Introduction : THIS IS A SOURCES SOUGHT REQUEST ONLY – This Source Sought is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support the requirement for Snow Removal Services in Washington, DC and surrounding parkways. Responses to this Sources Sought will be considered and will help the Government dictate a path forward. All small business categories will be considered to include large businesses. Capability statements will also be accepted. 2. Place of Performance : NCRO 1100 Ohio Drive SW Washington, DC and all of the regional parkways (i.e. George Washington Memorial Parkway, Clara Barton Parkway, Baltimore-Washington Parkway, Suitland Parkway, Rock Creek Parkway). https://www.nps.gov/orgs/1465/visit-the-parks.htm 3. Disclaimer : This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations and incumbent information are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 4. Contractor Capability : Snow Removal Services in support of the National Park Service (National Capital Region) to provide all personnel, supplies, supervision, tools, materials, equipment, transportation, fuel and other items necessary to provide snow and ice removal services. The contractor would be required to provide the following tasks: BASIC SERVICES. The Contractor shall remove snow and ice from all paved areas, sidewalks, landings and entrance ramps. The Contractor shall ensure walkways are free of snow accumulation, piles, or drifts by removing all snow and ice from sidewalks, landings, and entrance ramps. The Contractor shall remove snow, including drift or piles, from all remaining paved surfaces. REMOVE ICE. The Contractor shall immediately remove ice upon notification from the Government to perform services to provide secure footing or safe driving conditions. The Contractor shall provide all sand. Contractor shall remove and dispose of excess accumulations of sand off Government property. CATCH BASINS. All snow shall be removed from all catch basins to allow free drainage. The basins shall be cleared at the end of each snowstorm. HYDRANTS. All snow shall be removed from the hydrants so they may be easily accessible. The cleared area shall be approximately six (6) feet wide around the hydrant. The hydrants shall be cleared at the end of each snowstorm. DUMPSTERS. All snow shall be removed from around the dumpsters to allow for pedestrian access to disposal of refuse. No snow shall be placed in front of the dumpsters. The dumpsters shall be cleared at the end of each snowstorm. MONITORING WELLS. No snow shall be stockpiled at or near any monitoring wells. SNOW PLOW OPERATIONS. Snow plowing shall include the clearing of snow from the parkways, sidewalks and parking lot areas by plowing and piling small amounts of snow into adjacent areas. For heavy snowfall, blowers will be needed to blow the snow over parkway walls. Snow shall be cleared from all walkways, steps, doorways and gates to provide full opening and safe access for personnel and equipment. The parking lots shall not have a reduction of more than 10% of parking spaces at the end of the storm as were there before the snow season began. No snow piles shall be left in the plowed areas. At the parking lot entrances and exits, the snow shall be plowed back four (4) feet from the curbline/edge of pavement for traffic visibility. The snow banks shall not exceed three (3) feet high in this areas. SIDEWALKS. All sidewalks shall be cleaned at least each four (4) inch snowfall interval. All sidewalks shall receive a complete cleaning and sanding/salting at the end of each snowstorm if slippery conditions exist, regardless of depth. Contractor shall be required to mark all sidewalks and appurtenances before the start of the snow season. Contractor may conduct a site visit to verify access and condition of the sidewalks. HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) CLEARING. The HVAC unit(s) shall be kept clear of snow and ice to provide access to control panels from all sides. This is to be accomplished by means other than plowing (i.e.: snow blowing or hand shoveling). SAND and/or SALT. Salt will be provided by National Park Service. The use of sand, salt or a mixture of the two will be used in accordance with local regulations, local policy, or any other procedures applicable to the local area. It will be the contractor’s responsibility to ensure that any material used in compliance with local procedures and is acceptable to the Government. No change to the material shall be used without Government authorization. Sand shall consist of clean inert, hard, durable grains of quartz or other hard durable rock, free from loam or clay surface coatings and deleterious materials. The allowable amount of material passing a No. 200 sieve as determined by AASHTO-T11 shall not exceed 10% by weight. The maximum particle size for sand borrow shall be M1.04.0 Type a, ¼ inch. At the end of the Snow Removal Season, the contractor shall remove all excess sand from sidewalks and parking lots. ON-CALL SANDING/SALTING. All sanding/salting of the parking lots and sidewalks shall be performed as an on-call requirement. The application shall be a complete coverage of the parking area, not a drive-by or drive-through application. SAND BARRELS. The Contractor shall provide, maintain, and place sand barrels with weather protective lids. The Contractor shall be responsible for all tools, equipment, and sand required. The RFOS shall approve the sand barrels shall approve prior to placement. The Contractor shall keep the barrels ¾ full of sand throughout the winter season. The Contractor shall replace or repair any damaged barrels or lids within one (1) day after notification by the RFOS. The Contractor shall keep the area in and around the sand barrels clean. The Contractor will dispose of all trash and debris found in those areas. Sand barrels shall not be placed prior to 1 November and shall be removed within 5 days after winter season. Sand barrels shall contain a tool or scoop of adequate size for the individual application of sand. (END OF TASKS) If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, than please identify the planned teaming arrangement. The Government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent, in scope, with those described in this notice and otherwise anticipated; 2) secure a full range of resources required to successfully perform such services; and 3) provide services under a performance based service acquisition contract. 5. Responses to Sources Sought : Responses to this Sources Sought will be submitted by email directly to Contract Specialist, Shecola Waters, shecola_waters@nps.gov, 202-619-7410. Responses are due no later than Wednesday, November 16, 2016 by 4:30p.m. Eastern Time. Any questions may be directed to the point of contact listed above. The applicable NAICS code for this requirement is 561730 with a Small Business Size Standard of 7.5 Million. The Product Service Code is S218. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their response. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that any cost estimates provided as a result of this request are “best” estimates only. Responses should address the following items (responses need not be detailed): Has your company previously performed these services during "High Demand Events" such as January 2016 Blizzard and February 5-6, 2010 North American Blizzard? If so: Were you able to meet demand? Did you charge rates exceeding normal rates (and what is the trigger for such rates)? How did you meet demand? What is your plan to meet demand in the future? How have you complied with Service Contract Act and Fair Labor Standards Act requirements (crew rotation, overtime, etc.), or was previous work exempt from these requirements (i.e. state or private)? What is your current/anticipated fleet size and capability? Are services typically priced by the hour and equipment? Do rates vary for amount of snow, response time, or speed of removal? If rates vary by another metric please include that metric. Do you have experience in removing snow from historic structures, roads, bridges, features, or buildings? What type of work has your company performed in the past in support of the same or similar requirement? Indication if your company is qualified under any of the small business classifications such as: Small, Small Disadvantages Women-Owned, etc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/NPSNCR1001-SNOWREMOVAL/listing.html)
 
Place of Performance
Address: National Park Service - National Capital Region, Washington, District of Columbia, 20242, United States
Zip Code: 20242
 
Record
SN04322957-W 20161110/161108234429-cd9d4ea236b5a3f988214ec4d5d0d7a5 (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.