Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

S -- VALLE - BPA for Snow Removal

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US
 
ZIP Code
00000
 
Solicitation Number
P17PS00716
 
Response Due
3/22/2017
 
Archive Date
4/6/2017
 
Point of Contact
Kahawai, Debbie
 
Small Business Set-Aside
Total Small Business
 
Description
Valle-BPA for Snow Removal This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number P17PS00716 is issued as a request for quotation (RFQ) in order to establish a Blanket Purchase Agreement (BPA). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95,Effective 19 Jan 2017 and are made part of this solicitation. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. North American Industry Classification System (NAICS) code for this solicitation is 488490 Other Support Activies for Road Transportation The Government may award multiple BPAs which can be in effect for up to five years. (See BPA agreement terms for specific language). SNOW REMOVAL DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK VALLES CALDERA NATIONAL PRESERVE GENERAL DESCRIPTION Contractor shall provide all labor, equipment, transport, services and supplies necessary to perform; snow removal, and minor winter /spring road maintenance, on the Valles Caldera National Preserve (preserve). LOCATION The preserve is located approximately 40 miles north east of San Ysidro, New Mexico via NM Highway 4. ROADS Services shall be performed primarily on 2 miles of 22 ft wide gravel road #VC01, and a gravel surface parking area approximately 20K square feet. Road #VC01 runs from Hwy 4 to the Valle Grande Entrance Station (VGES) for approximately 2 miles and ends in the 20K square foot parking area. Additionally, the road from VGES to the Cabin District is another 2 miles which may require additional snow removal services at the discretion of the Chief of Facilities. Finally, approximately 1/2 mile of road (VC02) spans the Cabin District and the Baca Lodge. The route may need contractor provided snow removal services at the discretion of the Chief of Facilities. PERFORMANCE DELIVERY Work shall be on an as-needed basis. However, it is a requirement of this contract that the VC01 from Highway 4 to the VGES and the VGES parking area be cleared of snow and snow drifts for public access and use between 9am and 5pm - 7 days a week. EQUIPMENT Services shall be performed in a manner to preserve and protect and prevent erosion and damage to the roads. Provide description of proposed equipment when submitting your quotation. CONTRACTING OFFICER ¿S REPRESENTATIVE The preserve point of contact for this agreement is the Chief of Facilities, Dave Davis. dave_davis@nps.gov, 575 829 4830. SPECIFICATIONS Contractor shall perform work in accordance with the following minimum standards of performance: ¿Removal of snow from entire road surface, including turnouts. ¿Removal of snow slides, snow drifts, ¿Removal of snow, ice, and debris from ditches and culverts so that the drainage system will function efficiently at all times. ¿All debris (if any) except snow and ice, which is removed from the road surface and ditches shall be deposited away from stream channels to a location designated by the Chief of Facilities. ¿During snow removal operations, banks shall not be undercut nor shall gravel or other selected surfacing material be bladed off the roadway surface. ¿Ditches and culverts shall be kept functional during and following roadway use. ¿Snow berms shall not be left on the road surface unless approved by the chief of Facilities, taking into consideration of traffic safety. Berms left on the shoulder of the road shall be removed following the completion of winter recreation and/or drainage holes shall be opened and maintained. Drainage holes shall be spaced as required to obtain satisfactory surface drainage without discharge onto erodible fills. ¿Dozers shall not be used to plow snow on system roads without written approval from the Chief of Facilities. ¿Snow shall not be removed to the gravel road surface. Minimum 3-4 inches depth must be left to prevent loss of surfacing and protect the road bed during snow removal operations. The COR may approve specific locations where snow may be completely removed during plowing for traffic safety. ¿During periods of daytime thawing, when packed snow that is normally left protecting the gravel road surface melts, the resulting slush shall be removed. Service wage rates #2015-5443 (rev) 1 dated 01/25/2017 are hereby incorporated and made a part of this contract. The website to pull the rates is http://www.wdol.gov EVALUATION FACTORS FOR AWARD (Price and Past Performance) The following factors will be evaluated in determining the best value for Valles Caldera National Preserve: ¿Equipment Experience/Past Performance ¿ Offerors shall submit a minimum of three (3) references of past performance (with Contact Number, Name of Owner, Current phone numer of Owner contact) The National Park Service will use past performance information in making responsibility determinations and to assess the quality of performance from offerors. The Government will focus on the information that demonstrates the quality of service i.e., ¿adherence to contract schedules ¿. The information presented in the offeror ¿s quote, together with that from any other sources (such as CPARS) will comprise the input for evaluation of this factor. ¿Availability ¿Price In submitting your quotation, provide information addressing each of these evaluation factors. Proposals will be evaluated on these factors and award made based on the best value for the Government. ¿ SNOW REMOVAL SCHEDULE OF ITEMS VALLES CALDERA NATIONAL PRESERVE SCHEDULE OF ITEMS DescriptionUnit of IssueUnit Price VC01, and VGES parking Snow removal, Hourly__________ Minor road maintenance. Extra snow removal when ordered by Hourly ___________ The Chief of Facilities Dates for delivery (or) performance of this service shall be identified in each BPA Call order. The contractor shall adhere to all applicable federal, state, and local laws. This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13. By submission of their quote, the offeror unconditionally agrees to the terms and conditions of this RFQ and its documents. NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at http://www.sam.gov. Submit quotes via Mail or Email: Quoters may mail or email the quote. The Government will not be responsible for any delays in delivery, failure of transmission, or any failure of the Quoter to verify receipt of the emailed quote. MAIL: National Park Service, Attn: Debbie Kahawai, 1100 Old Santa Fe Trail, Santa Fe, NM 87505 EMAIL: Debbie_kahawai@nps.gov QUOTES ARE DUE BY CLOSE OF BUSINESS 03/22/2017 @ 4:00 PM MST Questions: Prospective vendors are strongly encouraged to submit any questions regarding this RFQ no later than three (3) days prior to closing date of quote submission by e-mail to: debbie_kahawai@nps.gov All questions received will be answered officially through an amendment for distribution to all prospective vendors. All offerors shall provide their Dun & Bradstreet Number (DUNS). 5. BLANKET PURCHASE AGREEMENT TERMS The following terms and conditions will apply to any Blanket Purchase Agreement (BPA) which is awarded as a result of this Request for Quotation (RFQ). a)Extent of Obligation: The Government is obligated only to the extent of authorized purchases actually made by authorized personnel under the BPA. b)Purchase Limitations: The dollar limitation for each individual purchase under the BPA shall be $15,000. c)Authorized Individuals to Place Calls: A list of individuals authorized to purchase under this BPA will be furnished/supplied by the Contracting Officer after award. d)Delivery Tickets: Delivery tickets or sales slips shall accompany all deliveries made under the agreement and shall include (at a minimum) the following: a.Name of Supplier b.BPA Number c.Date of Purchase d.Purchase (Call) Number e.Itemized List of Supplies or Services Furnished f.Quantity, Unit Price, and Extension of each item, less applicable discounts g.Date of Delivery or shipment. e)Invoicing: Payment requests must be submitted electronically through the U.S. Department of the Treasury ¿s Internet Payment Platform System (IPP). Offerors are required to upload as attachment within the IPP system a copy of their standard invoice when invoicing through IPP. Please refer to DOI Local Clause, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS INTERNET PAYMENT PLATFORM (IPP). f)Calls are Firm Fixed Priced: All calls under this BPA will be firm fixed price orders. g)Call Placement Information: All calls will be placed against this BPA via FAX, Email or Oral Communications. h)Order of Precedence: The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor ¿s invoices, the provisions of this BPA will take precedence. i)Price Increases: The contractor agrees to furnish price changes to the contracting officer at least thirty (30) business days prior to the effective date of the price changes. j)Terms of the BPA: This agreement shall take effect from the date of award and shall continue for up to five (5) years. Either party may terminate this BPA without cause and without liability but only upon a thirty (30) calendar day written notice. The Contractor shall honor all calls received prior to the effective date of such termination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00716/listing.html)
 
Record
SN04424050-W 20170308/170306234336-239c09a9caa6c8fc00710b2a2bc49002 (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.