Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOURCES SOUGHT

R -- Grounds Maintenance and Ice/Snow Removal Services

Notice Date
11/2/2005
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263-2006-(FW)-0008
 
Response Due
11/18/2005
 
Description
This is a sources sought announcement to seek potential 8(a) Hubzone Set Aside or Service Disabled Veteran Owned Disabled 8(a) companies that could fulfill the below requirement. ONLY HUBZONE OR SERVICE DISABLED VETERAN OWNED DISABLED 8(A) COMPANIES REGISTERED WITHIN WWW.CCR.GOV AS AN 8(A) SHALL BE CONSIDERED. SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. NO SOLICITATION PACKAGE IS AVAILABLE AT THIS TIME AND REQUESTS FOR SOLICITATION PACKAGES WILL NOT RECEIVE A RESPONSE. The applicable NAICS code is 561730 and the Size Standard is $6 million average annual receipt. This Sources Sought Synopsis is in support of market research being conducted by the NIH to identify capable potential Hubzone or Service Disabled Veteran Owned Disabled 8(a) sources. The purpose of this Sources Sought Synopsis is to determine if there are potential. Hubzone or Service Disabled Veteran Owned Disabled 8(a) companies that are capable of performing this effort. If this acquisition is determined to be reserved for small business, the Government will use the information gathered from this Sources Sought Synopsis to help identify Hubzone or Service Disabled Veteran Owned Disabled 8(a) companies participating in this market. Below is a draft copy of the Statement of Work (SOW) , This is a ?Results Oriented? Performance Based Contract that will require the Contractor to provide the specified results in the specified time limits for full acceptance of the effort. The National Institutes of Health has an extensive need for comprehensive RML GROUNDS MAINTENANCE PROGRAM and ICE/SNOW REMOVAL SERVICES for general and selected areas on the campus of the Rocky Mountain Laboratories, Hamilton, Montana Full ice and snow removal services shall be provided including clearing all building entrances and walks, plowing drives, parking and service areas and applying ice melting and abrasives to all pavement areas. The work will generally consist of a complete control and removal program for ice and snow accumulations from the Rocky Mountain Laboratories. For storms of duration beyond four hours or storms of unusual intensity of over three inches (3?) of accumulation, the Contractor may be required to remain on site or to return to the RML following a short break to continue ice and snow removal services to ensure a hazard free pavement surface. Response payments will be made in 4 hour work units. There will be a one half (1/2) hour unpaid break following two (2) consecutive 4 hour work units. For ice storms, dustings or snow accumulations of less than one inch (1?), the Project Officer may require only sand/salting/shoveling/brooming or blowing services. Snow accumulations of over two inches (2?) will usually require plowing services with sanding/salting of Roads and Parking Lots and full Pedestrian area removal services. The Contractor shall provide the necessary quantities of abrasive (course sand) and ice melting (rock salt) material for roads and parking lots and ice melting compound (magnesium chloride, potassium chloride) for use on sidewalks and pedestrian areas during each storm. An appropriate amount of product shall be applied during and after final clean up to ensure a safe and slip hazard free walking and driving surface. Magnesium chloride pellet products are preferred for use on concrete sidewalks and along landscaped areas. Calcium chloride products are not preferred. Whenever possible, the Project Officer shall inform the Contractor Representative with as much advanced notice as possible of a predetermined start time of a pending storm. With a start time of two hours or more from the initial contact, a full work force shall be on site and ready to start at the given start time The Contractor shall strive to have the campus cleared, treated and open for business by 7:00 a.m. The Contractor shall have available supplemental equipment or on-call replacement vehicles to ensure uninterrupted response service should mechanical break downs occur. The Contractor should have available replacement plow drivers and laborers should any storm require a response beyond four (4), 4 hour work units or 16 ? hours. The Contractor shall be ?on-call? throughout the season and be ever ready to give a timely and meaningful response 24/7 through the season. This will include responding to all Pedestrian Areas (approximately 2,700 linear feet of surface area), including all campus building entrances, approach sidewalks, stoops and steps, sidewalks and bike paths (3? ? 6? wide), all nitrogen/oxygen tank areas, flag pole access walks; and/or Road and Parking Lot Areas: (approximately 213,650 square feet of surface area), all roads, paved and temporary parking lots, gravel roads and parking or storage areas, service roads, drop-offs and platform and all designated handicap parking spaces including access islands and sidewalk ramps. Removal services shall be sufficient for the complete removal of ice and snow. and snow accumulations of up to three inches (3?) down to clear, snow and ice-free pavement within a four (4) hour work response period. The Contractor shall provide continuous removal services within the 4 hour work response period. Pavements shall be cleared at storm=s end to full widths to prevent melting runoff and possible refreezing. Parking lots shall be cleared from edge to edge with all corner spaces cleared and functional. Fire hydrants shall remain accessible and visible. Sidewalk shall be cleared full width especially all handicap ramps. For storms of duration beyond four hours or storms of unusual intensity of over three inches (3?) of accumulation, the Contractor may be required to remain on site or to return to the RML following a short break to continue ice and snow removal services to ensure a hazard free pavement surface. For ice storms, dustings or snow accumulations of less than one inch (1?), the Project Officer may require only sand/salting/shoveling/brooming or blowing services. Snow accumulations of over two inches (2?) will usually require plowing services with sanding/salting of Roads and Parking Lots and full Pedestrian area removal services. The Contractor shall provide the necessary quantities of abrasive (course sand) and ice melting (rock salt) material for roads and parking lots and ice melting compound (magnesium chloride, potassium chloride) for use on sidewalks and pedestrian areas during each storm. The Contractor shall be responsible for quality control during the performance period(s). This shall include but not limited to observing maintenance visit schedules, timely responses to winter storms, inspecting areas finished for completeness, ensuring proper use of materials, ensuring a high quality of workmanship, providing a ?Daily Work Report? and maintaining communications with the Project Officer Whenever possible, the Project Officer shall inform the Contractor Representative with as much advanced notice as possible of a predetermined start time of a pending storm. With a start time of two hours or more from the initial contact, a full work force shall be on site and ready to start at the given start time. Response Unit will begin upon the given start time if the Contractor is on site with the agreed upon assembled crew or later when the Contractor arrives on site with an agreed upon assembled crew of equipment, operators and laborers. The Contractor shall strive to have crew members arrive within two (2) hours following the Project Officer?s contact with the Contractor?s Representative. Depending upon the time of day the storm begins and end, the Contractor shall strive to have the campus cleared, treated and open for business by 7:00 a.m. The contract area for turf maintenance is approximately 1.82 acres with mowing/trimming visits as necessary throughout the season to maintain the grass below three and one half inches (3 1/2?). Depending upon weather conditions, turf mowing shall commence on or about March 1 and end approximately October 30. During each mowing/trimming visit all lawn and shrub bed areas shall be policed of litter and fallen branches. Litter and debris shall be removed prior to mowing. Up to four complete edging of pavement areas may be required. Up to 1.82 acres may be selected for March turf aerifying, and/or overseeding and April, July and October fertilization. The entire campus may be selected for leaf removal including turf and shrub bed areas as well as selected areas where leaves may congregate at such as building corners or along fences and other obstructions. Removal of down tree limbs shall be required following ice or wind storms. Pesticide applications may be required to control weeds and grasses in pavement cracks of sidewalks, parking lots and curb and gutters. Pesticide applications may be required to control specific identified insect infestations on ornamental shrubs and trees. Prior to the first mowing, the contractor shall collect and remove all down limbs and branches on lawn and shrub bed areas. The Contractor shall operate the manual in-ground lawn irrigation system as necessary to ensure a healthy, lush lawn. Lawn irrigation visits may be in addition to routine mowing/trimming visits and/or shrub bed maintenance visits to ensure adequate ground moisture for the lawn and plants to flourish. The Contractor shall be notified by the Project Officer on a monthly or more frequent time period of the types, locations, quantities, and approximate length of time that turf maintenance services will be needed. The Contractor shall respond as specified herein and as directed by the Project Officer to begin, increase, reduce, or stop the requested turf maintenance services. The contract area for flowering shrubs, ground covers, hedges and mulched areas is approximately 12,838 square feet. The Contractor shall provide up to six (6) monthly shrub bed maintenance visits beginning on or about April 1 and continuing on a monthly basis through approximately September 30. All campus shrubs, either growing individually or in planting beds shall be pruned following spring flowering or by May 15. Hedge shrubs shall be pruned and shaped before or during the June 1 visit. Shrub and hedge trimming shall occur during each monthly visit as necessary to retain the desired shape of the plants. Beds shall be thoroughly weeded with litter and debris removed each visit. Shrub beds and plant wells shall be edged and mulched during the first visit or on an as needed basis. Mulches shall match that existing in beds or wells. There are approximately 90 trees of mixed species and sizes. All campus trees shall be maintained by this Contractor by periodic pruning, trimming, elevating and performing other tree related work including but not limited to removal of girdling roots, pickup and removal of down or broken limbs, mulching of wells and treating for specific insect infestations. Take downs, stump removals and deep root fertilizing shall not be part of this contract. Tree inspections and maintenance shall occur during routine shrub bed maintenance visits. All work shall be performed from ground level. No climbing will be required under this contract. The contract requirements shall be performed on the grounds of the Rocky Mountain Laboratories (RML), 903 South Fourth Street, Hamilton, Montana, 59840. The Contractor shall own, or have immediately available, sufficient (quantity and type) machinery, and tools to perform the grounds maintenance program specified herein. All the machinery, equipment, and tools required shall be in good, safe, and efficient working order.All Contractor and sub-contractor vehicles and equipment, including but not limited to trucks and tractors, shall be well maintained, licensed and shall clearly display the company name, address, and telephone number. All work shall be performed in a first class workmanship manner. Workers shall be subject to the Standards of Conduct rules of the RML campus as applicable to conduct and use of roadways or obstruction of roadways, parking lots, sidewalks, lawns and all other work site areas. Work shall be executed in a manner which shall not interfere with normal functioning of the RML campus as a whole, including operation of utility services, fire protection systems, existing equipment, and work being done by others. The contractor must allow unobstructed access to all areas. During the progress of work, the contractor shall promptly remove and properly dispose of all resultant debris and shall keep the contract area clean at all times. Litter and debris from maintenance operations shall be collected and removed off the campus grounds.ANY INTERESTED HUBZONE OR SERVICE DISABLED VETERAN OWNED DISABLED 8(A) FIRM should submit an original and one copy of their capability statement which demonstrates the firm's ability to perform the key requirements described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. At a minimum, each 8(a) company shall provide capabilities/knowledge/experience specific to the Statement of Work (SOW). Also, a firm must demonstrate they have the necessary personnel with demonstrated experience, labor, materials, services, equipment and facilities to support the efforts detailed in the Statement of Work (SOW). Responses must reference the sources sought to Sources Sought 263-2006-(FW)-0008 and include the following: (1) Name and Address of the Organization, (2) If the 8(a) firm is Hubzone or Service Disabled Veteran Owned Disabled Type, (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Contractors capability statement addressing the issues listed above, (6) List of organizations to whom similar types of services have been previously provided to include contract number, dollar value, name and phone number of contracting officer. THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENT WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS NOVEMBER 18, 2005 at 1:00 PM EST. Responding firms should provide three copies of the Capability statements to the address below: Lisa E. Adams 6011 Executive Boulevard, Suite 529L Rockville, MD 20892-7663. ( If you are using a courier service, Federal Express, UPS, or Express Mail, the city, state and zip codes should read Rockville, Maryland 20852).
 
Place of Performance
Address: National Institutes of Health, Rocky Mountain Laboratories (RML),, 903 South Fourth Street, Hamilton, Montana, 59840
Zip Code: 59840
Country: USA
 
Record
SN00924969-W 20051104/051102211755 (fbodaily.com)
 
Source
FedBizOpps.gov 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.