Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

Z -- SNOW REMOVAL SERVICES

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Northeast (OS:A:P:B:N), 290 Broadway, 3rd Floor, New York, NY, 10007-1867, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRNE-08-Q-00008
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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. Under this quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRNE-08-Q-00008, which is being issued as a Request for Quotation. The Internal Revenue Service, Procurement, Office of Business Operations, Field Operations Branch - Northeast will be entering into an 100% Small Business Set-Aside Commercial Item Procurement using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-19. This requirement is restricted for which the North American Industry Classification System Code is 561790, and The Small Business Size Standard is $6.5 Million. Award for all items under this solicitation will be made to one responsive /responsible vendor only, based upon price and ability to demonstrate in writing with its offer that it is stationed and licensed to do business as a snow removal service firm in Philadelphia, Pennsylvania as of the date and time set for receipt of offers. The successful offeror shall keep its license current and in good standing throughout the life of the order. Contractor must be registered in the Central Contractor Registration (CCR) at www.ccr.gov in order to be awarded this contract. Refer to Item Number II (1 - 4 under it) for information to be returned to Contracting Officer. I. STATEMENT OF WORK/ REQUIREMENTS A. The Contractor's performance shall be of high standards and conform to industry trade best practices. All services shall be rendered promptly and efficiently. The Contractor shall be required to respond to services ordered by telephone 24 hours per day, 7days per week, in accordance with all terms and conditions, without exception. Generally, work will be performed between the hours of 5:00pm - 7:00am since parking areas, driveways, and entrances are most clear at those times. However, services can be requested at any time of day as determined by the Contracting Officer Technical Representative (COTR) on behalf of The Internal Revenue Service (IRS). The contractor must commence work after receipt of telephone notification within 1/2 hour for de-icing services only, and after 1 hour for snow removal/plowing services. B. The Contractor will be required to plow and/or de-ice all macadam and concrete surfaces within the areas designated. This includes clearing driveway entrances up to adjacent public streets. If a gate is closed, the contractor shall request that the guard staff open the gate for purposes of plowing and/or de-icing. The Contractor is not responsible for sidewalks and/or steps, but the Contractor shall not block sidewalks and/or stairways with plowed snow. The Contractor's work must conform to the highest standards and trade practices. The Contractor will be responsible for any damage to government property resulting from their operations. Repairs must be made immediately after the incident and coordinated with the governments on site point of contact. Any requests for extensions must be made in writing and approved by the on site point of contact C. Snow Plowing shall entail the clearing of snow from all macadam and concrete areas. Snow plowing includes the transfer of plowed snow to off site dump sites. The contractor is responsible for off site dump locations. When conditions warrant (typically a low accumulation of snow), the government will designate dump site locations at the campus location per their discretion. The total accumulation of piled snow at the Government's designated on site dump locations are determined by the Government's on site point of contact, which is the COTR. Snow plowing does include application of de-icing products. The contractor shall remove all snow up to 12" within a 24-hour period from arrival on site. The contractor shall make every effort to remove snowfalls above 12" as expeditiously as possible. The IRS will provide the contractor with a site plan and instructions for snow removal that will include locations of specified dump sites. D. De-icing shall entail the application of sufficient quantities and type of de-icing product with a spreader to all macadam and concrete surfaces. The de-icing product must conform to and comply with all applicable local, state, and federal regulations. In the event of any conflict between the regulations the most stringent shall apply. E. The IRS will provide the Contractor with a maximum of four (4) on site parking spaces for storage of equipment and/or supplies during the winter season. F. The services to be provided will be categorized according to the Schedule of Required Services listed below. Pricing for each category of service must be provided. E. Place of Performance All work shall be performed at the following IRS location: IRS/Philadelphia Service Campus 11601 Roosevelt Boulevard Philadelphia, PA 19154 F. Period of Performance Base Year: November 1, 2007 thru April 30, 2008 Option Year One:November 1, 2008 thru April 30, 2009 Option Year Two:November 1, 2009 thru April 30, 2010 G. Invoicing All Contractor invoice instructions, procedures, documentation, and routing shall be executed in accordance with all Government, Treasury, and IRS regulations. Contractor invoices shall be in hard copy (to be mailed) to the IRS primary point of contact. The contractor shall also provide invoices in accordance with IRS guidelines to the IRS payment office in Beckley, West Virginia. The Contractor shall invoice the Government for services performed. The Contractor will bill on a monthly basis H. Point of Contact The Contractor Primary Point of Contact is: Name: Richard A. Crooks Telephone Number: 215-516-2316 E-mail Address: richard.crooks@irs.gov Address: IRS/Philadelphia Service Campus 11601 Roosevelt Boulevard Philadelphia, PA 19154 I. Insurance Requirement. (1) Within fifteen (15) days after the award of this contract, the Contractor shall furnish the Contracting Officer a CERTIFICATE OF INSURANCE as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below in accordance with the "INSURANCE - WORK ON A GOVERNMENT INSTALLATION" clause, Letter V. (2) The Contractor shall procure and maintain, during the entire period of performance under this contract, the following minimum insurance coverage. (a) Comprehensive General Liability $500,000 per occurrence (b) Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes. (c) Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers. (d) Other as required by State Law (3) The Certificate of Insurance shall provide for at least 30 days written notice to the Contracting Officer by the insurance company prior insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned INSURANCE clause. This additional information will be incorporated as addendum in award. II. INFORMATION TO BE RETURNED TO CONTRACTING OFFICER In order to be considered for award of this order, please submit the following completed information no later than close of business Friday, September 21,2007. Only emailed responses will be accepted at cheryl.richardson@irs.gov. 1. Supplies or Services and Prices/Cost (Item II. A) Note: Bidders shall quote a fixed-price for each scenario listed. 2. Additional Information (Item II. B) 3. Representations and Certifications. Vendor must either complete The Representation and Certification electronically via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. or submit a completed copy of the Representations and Certifications under FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items. Full text of the provision may be accessed at http://www.arnet.gov. 4. Provide in writing with its offer that it is licensed to do business as a snow removal service firm in Philadelphia, Pennsylvania. Information Concerning RFQ: All questions concerning this request for quotation should be directed to CherylRichardson, Contracting Officer, in writing only via email at cheryl.richardson@irs.gov. Deadline for submission of questions is September 17, 2007 at 12:00 noon (Eastern Standard Time). Wage Determination No. 2005-2449, Revision No. 4, dated 07/27/2007 applies here. A copy can be obtained at www.wdol.gov. Anticipated Award Date: On or before September 26, 2007. A. SUPPLIES OR SERVICES AND PRICE/COSTS Line 0001 - BASE YEAR: Snow Removal Services for Philadelphia Submission Processing Center North, South, and East Building Lots in accordance with the Performance Work Statement above. Pricing should be provided for each item listed below. A. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services for all parking areas, driveways, and driveway entrances. Accumulation less than 3" - Pricing: _________________ B. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services for all parking areas, driveways, and driveway entrances. Accumulation 3" to 6" - Pricing: _________________ C. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services of all parking areas, driveways, and driveway entrances. Accumulation over 6" to 12" - Pricing: _________________ D. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services of all parking areas, driveways, and driveway entrances. Accumulation over 12" - Pricing: _________________ E. Clear snow/ice/ slush from driveways and driveway entrances only (excluding parking areas), regardless of accumulation and de-icing of driveways and driveway entrances only (excluding parking areas), regardless of accumulation. Pricing:______________ F. Apply de-icing services in parking areas, driveways, and driveway entrances. Pricing: _________________ G. Apply de-icing services in driveways and driveway entrances only (excluding parking areas). Pricing: _________________ H. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances \and apply de-icing services for all parking areas, driveways, and driveway entrances up to 5000 Square feet. Typically, these services will be ordered to address any areas where vehicles were not moved and snow accumulated. There is no height/depth limitation associated with this item. - Pricing: _________________ Line 0002 - OPTION YEAR ONE: Snow Removal Services for Philadelphia Submission Processing Center North, South and East Building Lots in accordance with the Performance Work Statement above. Pricing should be provided for each item listed below. A. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services for all parking areas, driveways, and driveway entrances. Accumulation less than 3" - Pricing: _________________ B. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services for all parking areas, driveways, and driveway entrances. Accumulation 3" to 6" - Pricing: _________________ C. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services of all parking areas, driveways, and driveway entrances. Accumulation over 6" to 12" - Pricing: _________________ D. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services of all parking areas, driveways, and driveway entrances. Accumulation over 12" - Pricing: _________________ E. Clear snow/ice/ slush from driveways and driveway entrances only (excluding parking areas), regardless of accumulation and de-icing of driveways and driveway entrances only (excluding parking areas), regardless of accumulation. Pricing:______________ F. Apply de-icing services in parking areas, driveways, and driveway entrances. Pricing: _________________ G. Apply de-icing services in driveways and driveway entrances only (excluding parking areas). Pricing: _________________ H. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances \and apply de-icing services for all parking areas, driveways, and driveway entrances up to 5000 Square feet. Typically, these services will be ordered to address any areas where vehicles were not moved and snow accumulated. There is no height/depth limitation associated with this item. - Pricing: _________________ Line 0003 - OPTION YEAR TWO: Snow Removal Services for Philadelphia Submission Processing Center North, South and East Building Lots in accordance with the Performance Work Statement above. Pricing should be provided for each item listed below. A. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services for all parking areas, driveways, and driveway entrances. Accumulation less than 3" - Pricing: _________________ B. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services for all parking areas, driveways, and driveway entrances. Accumulation 3" to 6" - Pricing: _________________ C. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services of all parking areas, driveways, and driveway entrances. Accumulation over 6" to 12" - Pricing: _________________ D. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances and apply de-icing services of all parking areas, driveways, and driveway entrances. Accumulation over 12" - Pricing: _________________ E. Clear snow/ice/ slush from driveways and driveway entrances only (excluding parking areas), regardless of accumulation and de-icing of driveways and driveway entrances only (excluding parking areas), regardless of accumulation. Pricing:______________ F. Apply de-icing services in parking areas, driveways, and driveway entrances. Pricing: _________________ G. Apply de-icing services in driveways and driveway entrances only (excluding parking areas). Pricing: _________________ H. Clear snow/ice/slush from all parking areas, driveways, and driveway entrances \and apply de-icing services for all parking areas, driveways, and driveway entrances up to 5000 Square feet. Typically, these services will be ordered to address any areas where vehicles were not moved and snow accumulated. There is no height/depth limitation associated with this item. - Pricing: _________________ B. Additional Information: Company Name: _________________ Mailing Address: ____________________________________________ Remit to Address:____________________________________________ Telephone Number: _________________ Fax Number:______________ Representative?s Email Address:___________________________________ Open Market: YES____ NO ________ GSA Contract Number/Other Contract (if applicable):________ Expiration Date: _________________________ Business size as listed on GSA Schedule (if different from below):________________ Payment Terms: Net/10 _____ Net/20 _______ Net/30 ______ Shipping Charges if applicable: _________________________ Number of delivery days: _________________ * Is your company a corporation? YES______ NO ______ * Is your company a partnership, sole proprietorship, individual estate, trust, or joint? venture? YES _____ NO______If yes, which of the above?________________ Size of Business: Large ______ Small ______ Please check all that applies: ____Small Disadvantaged ____Small Women-Owned ____HubZone Small ____Service Disabled Veteran-Owned Small ____ Small Veteran-Owned ____ 8(a) *Is your company registered in CCR? YES___ NO _____ If no, you must register at http://www.ccr.gov. The Government can only do usiness with a company who is registered. Federal Tax ID Number:_____________ DUNS Number: ____________ Name & Title of Quoter: ____________________, ____________ Signature of Quoter: _______________________ Date: ___________________ C. Provision/Clauses The provision at FAR 52.212-1 ? Instructions to Offerors-Commercial Items, and FAR 51.212-3, Offeror Representations and Certifications -Commercial Items, apply to this acquisition. Quoters are advised to include, as specified in item II. 3 above, a complete copy of the provisions at 52.212-3 with this offer. The clauses at 52.212-4, Contract Terms and Conditions -Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to this acquisition: 52.204-7, Central Contractor Registration; IR1052-01-001, Electronic Funds Transfer(EFT) Payments; IR1052-01-002, PAID SYSTEMS; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract and 52.228-5, Insurance- Work on a Government Installation. The following FAR Clauses cited under 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.222-41, Service Contract Actof 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.).
 
Place of Performance
Address: IRS/Philadelphia Service Campus, 11601 Roosevelt Boulevard, Philadelphia, PA
Zip Code: 19154
Country: UNITED STATES
 
Record
SN01404638-W 20070914/070913075008 (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.