Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

S -- Snow Removal Services at Three Locations in Minnesota - Request for Proposals

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF0017R0109
 
Archive Date
10/18/2017
 
Point of Contact
Kaye Jocelyn Wierzbicki, Phone: 6122224138, Ronald P Sieben, Phone: 612-725-3018
 
E-Mail Address
kaye.wierzbicki@gsa.gov, ronald.sieben.@gsa.gov
(kaye.wierzbicki@gsa.gov, ronald.sieben.@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Proposals: Solicitation 47PF0017R0109, Snow Removal Services at the Bishop H. Whipple Federal Building (Ft. Snelling, MN); Social Security Administration (Minneapolis, MN); and Federal Office Building (Minneapolis, MN) Attachment 2: Wage Determination Attachment 1: Cost Proposal Worksheet SOLICITATION NUMBER: 47PF0017R0109 COMBINED SYNOPSIS/SOLICITATION THIS IS A REQUEST FOR PROPOSAL (RFP) 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; proposals are being requested and a written solicitation will NOT be issued. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 200581. The provision at 52.212-1,Instructions to Offerors-- Commercial, applies to this acquisition (refer to Section L of the RFP). A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be submitted with any offer (refer to Section K of the RFP). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition; the clause and addenda are outlined in Section I of the RFP. The clause 52.2125, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and is also contained in Section I of the RFP. The purpose of this acquisition is to procure snow removal services for the following three locations: Location #1 B. H. Whipple Building Federal Building 1 Federal Drive Ft. Snelling, MN 55111 Location #2 Social Security Administration 1811 Chicago Ave South Minneapolis, MN 55404 Location #3 Federal Office Building 212 3rd Avenue South Minneapolis, MN 55401. The solicitation is posted as of September 12, 2017 with a closing date of October 3, 2017 at 2:00PM local time (Central time zone). The anticipated award date is October 20, 2017. The solicitation is available for download through the Federal Business Opportunities (FBO) (fedbizopps.gov) website. All interested vendors must be registered with this website in order to download the solicitation and amendments. Offerors will be responsible for downloading the solicitation and for monitoring FBO for amendments and/or additional information. Offers are due by October 3, 2017 at 2:00PM Central Time. Offers can be submitted electronically to Kaye Wierzbicki (contract specialist) at kaye.wierzbicki@gsa.gov. Electronic offers must be received in their entirety, including all attachments, before the closing date/time. * * * * * * * * * * DESCRIPTION OF WORK: The Contractor shall provide all management, supervision, labor, equipment, materials, tools and supplies necessary to provide snow and ice removal services from November 1 st through April 30 th (6 months) during the base year and from October 1st through April 30th (7 months) during all follow-on option periods. This work shall take place at the three (3) locations referenced above. Snow and ice removal from crosswalks, handicapped accessibility areas, vehicular courts, driveways, roadways, parking areas, and approaches within the Federal property line is required. The performance of standard services shall take place Monday through Friday, except Federal holidays. As part of standard services, the Contractor shall clear snow and ice before the normal building operating hours (7:00 to 5:00 PM) to prevent a slip hazard and to maintain a safe passage for vehicles and pedestrians. As part of standard services, the Contractor shall also clear snow and ice during normal building operating hours to maintain safe passage on crosswalks and driving paths until the end of the business day. The contractor shall automatically initiate snow and ice removal services when 2 inches of snow has accumulated on the crosswalks, handicapped accessibility areas, vehicular courts, driveways, roadways and parking areas, and/or when any accumulation of ice on crosswalks, handicapped accessibility areas, vehicular courts, driveways, roadways, parking areas, and approaches within the Federal property line creates a slip hazard or unsafe passage for vehicles and pedestrians. Snow shall be pushed off of the roads, parking areas, ramps and walkways without blocking traffic, parking spaces, pedestrian thoroughfares, and in a manner that does not impede the visibility of vehicular operators, pedestrians or tenant agency operations. Stockpiling of snow is allowed only in areas designated by the COR. The Contractor shall respond promptly (within 1 hour during normal operating hours) to the site to resolve requests for standard services from the COR or their designated representative. The GSA Ordering Official may order additional snow and ice removal services outside of normal building operating hours (i.e. weekends, holidays). The order shall reflect the days and quantities of services required for snow and ice removal. Please refer to the RFP for further details about work and performance requirements. The performance period for this requirement is an eleven-month base period (November 1, 2017-September 30, 2018) with four one-year options (October 1, 2018-September 30, 2019; October 1, 2019 - September 30, 2020; October 1, 2020 - September 30, 2021; October 1, 2021 - September 30, 2022). The estimated contract start date is November 1, 2017. * * * * * * * * * * This procurement is a Total Small Business set-aside and is open to all small-business concerns. The NAICS code is 561790 with a size standard of $7.5 million dollars. This is a negotiated best value procurement. Proposals will be evaluated on price and nonprice factors. A preproposal conference has been scheduled for September 20, 2017 at 9:00am Central Time. Please see the RFP for additional information. All offerors must be registered in the System for Award Management (SAM), located at www.sam.gov, in order to be considered for award. Because these specifications are performance based, it is the responsibility of the offeror to review the entire solicitation and base their proposal on the solicitation. See the RFP document for more information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5644533c96f27a1fc7e420162bce9e98)
 
Place of Performance
Address: Location #1, B. H. Whipple Building Federal Building, 1 Federal Drive, Ft. Snelling, MN 55111, Location #2, Social Security Administration, 1811 Chicago Ave South, Minneapolis, MN 55404, Location #3, Federal Office Building, 212 3rd Avenue South, Minneapolis, MN 55401., Ft. Snelling, Minnesota, 55111, United States
Zip Code: 55111
 
Record
SN04672724-W 20170914/170912231812-5644533c96f27a1fc7e420162bce9e98 (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  © 1994-2020, Loren Data Corp.