Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15, 2000 PSA #2727
SOLICITATIONS

Z -- SNOW REMOVAL, FORRESTAL VILLAGE, GREAT LAKES, IL

Notice Date
November 13, 2000
Contracting Office
CO ENGFLDACT MW, 201 Decatur Avenue, Great Lakes, IL 60088-5600
ZIP Code
60088-5600
Solicitation Number
N68950-01-Q-5004
Response Due
November 22, 2000
Point of Contact
Rebecca Low, 847-688-2600 x117
Description
1. 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. 2. REQUEST FOR QUOTATION (RFQ) N68950-01-M-5004; SNOW REMOVAL AND SALTING, FORRESTAL VILLAGE, GREAT LAKES, IL 3. THIS IS A SMALL BUSINESS SET-ASIDE. NAICS CODE 561790 WITH SMALL BUSINESS SIZE STANDARD OF $5.0 MILLION APPLIES. 4. GENERAL DESCRIPTION: The Contractor shall furnish all labor, transportation, supervision, materials, and equipment for performing all operations required for sidewalk snow and ice removal in Forrestal Village Housing at Great Lakes, Illinois. The estimated total area is 405,020 square feet. 5. SNOW REMOVAL: Sidewalks shall be cleared when snow accumulation reaches two (2) inches and when notification is received by the Administrative Contracting Officer (ACO) or the Ordering Officer. In the event the Contractor is not notified and snow accumulates in excess of six (6) inches, the Contractor shall be compensated for an additional removal. Areas for removal are highlighted on the sketch, attachment (A), of the Forrestal Village housing site. 6. SALTING: Calcium chloride shall be evenly spread and be of sufficient quantity and duration to alleviate the slippery conditions nearest to the housing units. Regular salt, with or without additives to enhance performance, may be used on the outer perimeter sidewalks furthest from housing units. This includes hard packed snow remaining on the sidewalks after snow removal operations are completed. Salting operations shall be accomplished when required by conditions and ordered by the ACO or the Contracting Officers Representative. 7. FIRE HYDRANTS: All fire hydrants, if present, shall be kept clear of snow and ice at all times, such that the operation of the hydrant is unhampered due to snow accumulation. 8. BUS SHELTERS: All bus shelters shall be kept clear of snow and ice at all times. 9. LINE ITEMS BASE YEAR 01 DEC 2000 THROUGH 30 NOVEMBER 2001 -- Provide pricing for the following firm fixed price and indefinite quantity line items. Include pricing for all labor, transportation, supervision, materials, and equipment for performing all the following operations at Forrestal Village Housing, Great Lakes (approximately 405,020 square feet): 0001AA BASE YEAR FIRM FIXED PRICE SNOW/ICE REMOVAL -- Minimum guarantee of five (5) snow/ice removals) $______/Each X 12 Each = Total $_________. 0001AB ICE REMOVAL AND SALTING (in the event of freezing rain/ice storms) $________/Each X 5 Each = Total $_________ 0002AA BASE YEAR INDEFINITE QUANTITY SNOW/ICE REMOVAL (additional snow and ice removal for areas not covered in Line Item 0001AA at Forrestal Village Housing) NOT TO EXCEED 40,000 SF PER REMOVAL $________/Each X 5 Each = Total $_________ 0002AB ICE REMOVAL AND SALTING (in the event of freezing rain/ice storm for areas not covered in line item 0001AB) NOT TO EXCEED 40,000 SF PER REMOVAL $________/Each X 5 Each = Total $_________ 1001AA OPTION YR 1 FIRM FIXED PRICESNOW/ICE REMOVAL -- Minimum guarantee of five (5) snow/ice removals) $______/Each X 12 Each = Total $_________. 1001AB OPTION YR 1 ICE REMOVAL AND SALTING (in the event of freezing rain/ice storms) $________/Each X 5 Each = Total $_________ 1002AA OPTION YR 1 INDEFINITE QUANTITY SNOW/ICE REMOVAL (additional snow and ice removal for areas not covered in Line Item 1001AA at Forrestal Village Housing) NOT TO EXCEED 40,000 SF PER REMOVAL $________/Each X 5 Each = Total $_________ 1002AB OPTION YR 1 ICE REMOVAL AND SALTING (in the event of freezing rain/ice storm for areas not covered in line item 1001AB) NOT TO EXCEED 40,000 SF PER REMOVAL $________/Each X 5 Each = Total $_________ 2001AA OPTION YR 2 FIRM FIXED PRICESNOW/ICE REMOVAL -- Minimum guarantee of five (5) snow/ice removals) $______/Each X 12 Each = Total $_________. 2001AB OPTION YR 2 ICE REMOVAL AND SALTING (in the event of freezing rain/ice storms) $________/Each X 5 Each = Total $_________ 2002AA OPTION YR 2 INDEFINITE QUANTITY SNOW/ICE REMOVAL (additional snow and ice removal for areas not covered in Line Item 2001AA at Forrestal Village Housing) NOT TO EXCEED 40,000 SF PER REMOVAL $________/Each X 5 Each = Total $_________ 2002AB OPTION YR 2 ICE REMOVAL AND SALTING (in the event of freezing rain/ice storm for areas not covered in line item 2001AB) NOT TO EXCEED 40,000 SF PER REMOVAL $________/Each X 5 Each = Total $_________ CLAUSES AND PROVISIONS FOR COMMERCIAL ITEMS Clause No. Description 5252.201-9300 Contracting Officer Authority 252.204-7004 Required Central Contractor Registration 5252.209-9300 Organizational Conflicts of Interest 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items Past Performance and Price are of equal importance.Award of this contract will be based on the evaluation of two factors: 1) the offeror's price and 2) the offeror's recent relevant past performance. Price and past performance are of equal importance. However, the selection decision will depend on the marginal differences among the competing offerors, which will not be known until all the offers have been received and compared with each other. The offeror's price and past performance information will be used to evaluate which offer is the best overall. Price Evaluation: The price competitiveness of each offer will be evaluated by comparing price proposed for the solicitation.Past Performance: The Navy will review information about the offerors' past performance within the last five years on work similar to the solicitation in size, scope and complexity. More recent and relevant experience may be viewed more favorable. Submit three references of similar size, scope and complexity. 52.212-3 Offeror Representations and Certifications -- Commercial Items Include a complete filled out copy of this provision with your quote. 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items The following clauses are INCLUDED: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alt I 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-14 Limitations on Subcontracting 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-36 Payment by Third Party52.222-41 Service Contract Act of 1965, As amended 52.222-42 Statement of Equivalent Raters for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial ItemsThe following clauses are INCLUDED: 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.225-7012 Preference for Certain Domestic Commodities 252.225-7014 Preference for Domestic Specialty Metals 252.225-7015 Preference for Domestic Hand or Measuring Tools 252.243-7002 Cerification of Requests for Equitable Adjustment 252.216-18 Ordering The Government may issue orders from the time of award through the contract completion date (CCD). 52.216-19 Order Limitations See Clause 5252.216-9312 52.216-22 Indefinite Quantity-The Contractor is not required to perform services after the CCD. 5252.216-9300 Appointment of Ordering Officers 5252.216-9302 Indefinite Quantity 5252.216-9306 Procedures for Issuing Orders 5252.216-9312 Minimum and Maximum Quantities The contract maximum is 12 removals and minimum is 5 removals 52.217-8 Option to Extend Services-The contracting officer may exercise the option by written notice to the contractor with 60 days of option date. 5252.217-9301 Option to Extend the Term of the Contract -- Services This contract is for a base year of 12 months and 2 option years of 12 months each. 5252.223-9300 Inspection by Regulatory Agency 252.225-7017 Prohibition on Award to Companies Owned by the Peoples Republic of China 52.228-5 Insurance Work on a Government Installation 52.232-19 Availability of Funds for the Next Fiscal Year Include in full text for IQ or FFP/IQ contracts funded by annual appropriations and expected to extend beyond the fiscal year in which they are awarded. 52.237-2 Protection of Govt, Bldg, Equip, Vegetation 52.237-3 Continuity of Services 5252.237-9300 Schedule of Prices 5252.237-9302 Site Visit Contact Carl Habendott at 847-688-2329 extension 25 5252.242-9300 Government Representatives 5252.242-9305 Pre-Performance/ Pre-Construction Conference 5252.246-9304 Estimating the Price of Non-Performed or Unsatisfactory Work The contractor is required to be on site within two hours of notification by appropriate authority. Deducts for nonperformance and unsatisfactory work will be 10% of the value of the deduct.
Record
Loren Data Corp. 20001115/ZSOL004.HTM (W-318 SN5065G8)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on November 13, 2000 by Loren Data Corp. -- info@ld.com