Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

Z -- Snow and Ice Removal Iowa City VA Medical Center

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
 
ZIP Code
52246
 
Solicitation Number
VA26311RQ0904
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
MATTHEW R HARTMAN
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Iowa City VA Medical Center, Iowa City, IA is soliciting for snow and ice removal services for the period 10/1/2011 thru 9/30/2012 including one option period. Procurement is 100% set-aside for small business. Interested parties may identify their experience in providing these services to the Contracting Officer via e-mail at matthew.hartman@va.gov or fax 319-887-4957. 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. The solicitation number is VA-263-11-RQ-0660 and issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53, effective August 4, 2011. The associated NAICS code is 561730 and small business size standard is $7M Emp. Procurement is 100% set-aside for small business. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition and offerors technical capabilities and past performance are more important than price. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. 852.273-76 Electronic Invoice. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 5:00 pm CST on September 26, 2011. Complete and return included pricing schedule. Proposal may be mailed, faxed, or emailed to Matt Hartman at the Department of Veterans Affairs, Iowa City VAMC, Contract Management (90C), 601 Highway 6 W, Iowa City IA 52246, fax: (319) 887-4957, or e-mail: matthew.hartman@va.gov. For additional information regarding this notice please contact Matt at the provided email address or by calling (319) 688-3584. SNOW/ICE REMOVAL SCOPE OF WORK OVERVIEW This is to establish a method of removing snow and ice from the VA Medical Center, Iowa City, Iowa grounds. The Contractor shall provide all labor, equipment, tools, materials, and supervision necessary to remove snow and ice from all roadways, parking lots, sidewalks, steps, ramps, landings, crosswalks, and entryways at the VA Medical Center, Iowa City, IA, this shall include salting/sanding specified areas. 1.Contract period shall be from October 1, 2012 or date of award through September 30, 2013 plus 4 option years. Total contract duration not to exceed 66 months. 2.The Contractor shall remove snow and ice by plowing, blowing, brushing, sweeping, shoveling, or other suitable means not harmful to the traffic surface as necessary in order to produce and maintain safe passage of pedestrians and vehicles. 3.The Contractor shall apply sand, salt, etc., to treat the existing or developing unsafe conditions to produce safe passage of pedestrians and vehicles. The materials used by the Contractor shall not be damaging to the surface receiving the materials. Most generally the VA will supply deicing material. 4.All equipment used and stored, all materials used and stored, and all removal methods used to displace snow and ice from surfaces shall be done in such a manner as to not cause damage to grass (turf), landscaping, trees, shrubs, vehicles, structures, fixtures, and people. Pertinent codes and regulations shall be adhered to such as EPA, NFPA, etc. 5.Snow and ice shall be placed in piles at designated locations specified by the VA Medical Center. The Contractor may be asked to haul snow away from VA property. 6.The Contractor shall mobilize and report within one (1) hour from the time of notification by the Contracting Officer's Technical representative (COTR) or designee to treat traffic surfaces and action shall be continuous until treatment is no longer necessary. Notification can occur at any time, 24 hours a day, seven (7) days a week, including Holidays. A call to the contractor may request to pre-salt specified areas when there is a forecast of snow. 7.All work shall be performed in the order prescribed by the VA using a checklist and plot plan. The order of work may vary from one snowfall to the next. 8.In the event of special circumstances, i.e. the snow turning to rain or freezing rain making removal efforts ineffective, permission may be sought from the COTR or designee to discontinue the plowing or the de-icing or both. 9.Each snow/ice abatement call requires the inspection and acceptance of the COTR or designee upon completion before payment for that work can be authorized. 10.Walks and roadways shall have de-icing materials applied by a spreader-sander. De-icing materials shall be applied to steps and landings by hand. Entryways and ramps shall receive de-icing materials by hand or spreader as dictated by ease of access. Application by any method shall not be of a clumping effect. 11.All fire hydrants/fire lanes shall be kept clear of ice/snow and obstructions. 12.All tables, benches, trash receptacles, smoke shelters, and bus stops shall be kept clear of ice/snow and obstructions. 13.Excessive buildup of sand and debris which may cause unsafe passage of pedestrians and vehicles shall be removed within one (1) hour from the time the Contractor is notified by the COTR or designee. 14.Roadway entrances/exits, bus stop passageways, sidewalks, and walkways obstructed by State and City snow plowing operations shall be kept clear by the Contractor. 15.Snowmelt material shall be comparable to that used by the VA Medical Center if the Contractor has to supply it. 16.Equipment used shall be comparable or better than that used by the VA Medical Center in the past. Review of equipment included in the walkthrough. Example: Tractor - 18 horsepower, 51" rotary broom, 54" front blade; uniloader - 44 horsepower, 54" bucket; dump truck with sander and blade - truck GVWR 11000, dump box 2-3 cu. yd., sander 2-3 cu. yd., blade 8 ft. 17.Manpower and equipment used shall be sufficient to provide an initial clean sweep of the VA Medical Center in three (3) hours. 18.VA Medical Center will provide space in Building 20 for Contractor to store snow removal equipment if needed: "one garden-type tractor with blade "one snow blower "one dozen bags de-icer "one skid loader "gasoline and/or diesel cans of OSHA-approved safety type. All equipment will be filled out of doors. Safety cans will be stored in flammables storage cabinet provided by the VA. 19.VA Medical Center will provide space in close proximity to Building 20 for Contractor to store sand/salt pile. 20.VA Medical Center will provide key to Contractor for access to Building 20 during snow removal plus gate card to have access to parking lots and the medical center entrance. These will be checked out and back in through the Boiler Plant. 21.The Contractor will check in through the Boiler Plant upon arrival to do snow removal, check out the key and gate card assigned. 22.The Contractor will check out through the Boiler Plant when ready to leave the medical center upon completion of snow removal and return key and gate card. 23.Whenever the work requires the Contractor to gain temporary access to government controlled spaces, the Facility Management Engineer will issue necessary keys/cards to the Contractor. The keys/cards issued are and remain government property. The Contractor or his representative will be required to sign in receipt of any keys/cards issued and is responsible for returning them to the Facility Management Engineer. In cases where keys/cards are lost or not returned to the government, funds in the amount of $100.00 for each key/core unit will be retained from the contract. The number of key/core replacements necessary to affect re-securing the areas will determine the total contract retainage. 24.There will be a Snow Removal Time Sheet to be filled out at the end of each snow event. This will document what equipment was used, how much time was spent, and each individual who worked. This will correspond to the invoice received for payment for each snow event. This Time Sheet will be left with the COTR. After reviewing the Time Sheet, any additions or corrections will be forwarded to the Contractor. Invoice for payment will then be submitted in a timely manner. 25.A walk through shall be done with the contractor and the COTR of the property prior to winter snow season to review and document existing conditions of the parking lot. 26.Bidders are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 27.This is a fixed price contract. Contract period from October 1 or date of award, 2011 through September 30, 2012. 1. Contractor to provide skid loader for an estimated 120 hours 120 HR $___________ $_______________ 2. Contractor to provide approximately 125 hours of truck/blade work 125 HR $___________ $_______________ 3. Contractor to provide approximately 140 hours of garden tractor work 140 HR $___________ $_______________ 4. Contractor to provide approximately 45 hours of sander work 70 HR $___________ $_______________ 5. Contractor to provide approximately 225 hours of shoveling work 225 HR $___________ $_______________ 6. Contractor to provide approximately 50 loads of sand 50 EA $___________ $_______________ 7. Contractor to provide approximately 160 loads to haul away snow 160 EA $___________ $_______________ 8. Contractor to provide approximately 10 hours of snow blowing 10 HR $___________ $_______________ 9. Contractor to provide approximately 100 hours of spreading de-icing material provided by VAMC, Iowa City. 50 HR $___________ $_______________ 10. Contract to provide approximately 130 hours of Labor Work 130 HR $___________ $_______________ TOTAL $_______________ Contract period from October 1, 2012 through September 30, 2013. 1. Contractor to provide skid loader for an estimated 120 hours 120 HR $___________ $_______________ 2. Contractor to provide approximately 125 hours of truck/blade work 125 HR $___________ $_______________ 3. Contractor to provide approximately 140 hours of garden tractor work 140 HR $___________ $_______________ 4. Contractor to provide approximately 45 hours of sander work 70 HR $___________ $_______________ 5. Contractor to provide approximately 225 hours of shoveling work 225 HR $___________ $_______________ 6. Contractor to provide approximately 50 loads of sand 50 EA $___________ $_______________ 7. Contractor to provide approximately 160 loads to haul away snow 160 EA $___________ $_______________ 8. Contractor to provide approximately 10 hours of snow blowing 10 HR $___________ $_______________ 9. Contractor to provide approximately 100 hours of spreading de-icing material provided by VAMC, Iowa City. 50 HR $___________ $_______________ 10. Contract to provide approximately 130 hours of Labor Work 130 HR $___________ $_______________ TOTAL $_______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26311RQ0904/listing.html)
 
Record
SN02586417-W 20110923/110922000215-4124fcc3f6f98f93ccf8ccd293e6773b (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.