Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2011 FBO #3610
SOLICITATION NOTICE

S -- SNOW REMOVAL FOR ANCHORAGE NATIONAL WEATHER SERVICE (NWS) WEATHER FORECAST OFFICE (WF0) - SUPPORT - QUOTE PAGE

Notice Date
10/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWV9904-12-00102SRG
 
Archive Date
10/21/2011
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SUPPORT DOCUMENTS IN WORD FORMAT AND HAS A PLACE FOR QUOTES. COMBINED SYNOPSIS/SOLICITATION SNOW REMOVAL FOR ANCHORAGE NATIONAL WEATHER SERVICE (NWS) WEATHER FORECAST OFFICE (WF0) (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWV9904-12-00102SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561790. The small business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services, Anchorage WFO Alaska in accordance with the statement of work for the period of six months. CLIN 1001 - Option Year I; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services, Anchorage WFO Alaska in accordance with the statement of work for the period of seven months. CLIN 2001 - Option Year II; Services, Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services, Anchorage WFO Alaska in accordance with the statement of work for the period of seven months. CLIN 3001 - Option Year III; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services, Anchorage WFO Alaska in accordance with the statement of work for the period of seven months. CLIN 4001 - Option Year IV; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services, Anchorage WFO Alaska in accordance with the statement of work for the period of seven months. (VI) Description of requirements is as follows: See attached statement of work which applies to requirement, and Department of Labor Wage Rates: WD 05-2017 (Rev.-15) which can be found on www.wdol.gov. (VII) Period of performance shall be: Base Year for a six month period 11/1/2011 through 4/30/2012. Option Period I for a seven month period 10/1/2012 through 4/30/2013. Option Period II for a seven month period 10/1/2013 through 4/30/2014. Option Period III for a seven month period 10/1/2014 through 4/30/2015. Option Period IV for a seven month period 10/1/2015 through 4/30/2016. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Pre-Bid. The Government is planning a Site Visit on Tuesday, October 18, 2011 at 10:00 a.m. ADT local time at the WFO Anchorage located at 6930 Sand Lake Road, Anchorage, AK 99502-1845. To be considered for award, all vendors except the incumbent vendor, are required to attend the Site Visit. To request to be included please e-mail Brandi Taylor-Kelly brandi.taylor-kelly@noaa.gov or call 907-271-5124. Subsequent to the Site Visit, an amendment containing the questions and answers will be made available via FBO. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 no later than 1:00 p.m. MST, October 19, 2011. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall included two references including the phone number, full address and email and contractor's past performance will be based on responsiveness, quality, customer services and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-10, Waste Reduction Program (Aug 2000) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 p.m. Mountain Standard Time on October 20, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-7719.   STATEMENT OF WORK (SOW) for SNOWPLOWING - REQUISITION NWWV9904-12-00102 LOCATION IS: ANCHORAGE WEATHER FORECAST OFFICE ALASKA 6930 SAND LAKE ROAD ANCHORAGE, AK 99502-1845 LOCATION: The contractor shall be responsible for satisfactorily managing and performing snow removal as specified herein for the following location: National Oceanic & Atmospheric Administration (NOAA) National Weather Service (NWS) Anchorage Weather Forecast Office (ANC WFO) 6930 Sand Lake Road Anchorage, AK 99502-1845 The Anchorage Forecast Office (WFO Main Building) is open 24 hours a day 365 days per year. There are three shift changes per day: 8:00 AM, 4:00 PM, and 12:00 Midnight. The majority of people work M-F 8:00 AM to 4:00 PM. The Facilities Building is open M-F 6:00 AM to 5:00 PM. The Inflation Building is open twice a day 1:00 AM and 1:00 PM. This will require the contractor to permit access to the building at these times. When possible, the plowing should be done before the normal work day M-F 8:00 AM to 4:00 PM or after shift changes. This will help to minimize the number of cars obstructing the parking lot. PRIMARY RESPONSIBILITY / TECHNICAL POINT OF CONTACT: Onsite: Bob Hopkins Meteorologist-in-Charge (MIC) Phone: 907.266.5120 Robin Radlein Hydrologist-in-Charge 907.266.5151 Debbie Brown Administrative Support Assistant 907.266.5142 Offsite: Brandi Taylor-Kelly ARH Contracting & Procurement Phone: 907.271.5124 PURPOSE: The contractor shall furnish all management, supervision, labor, materials, supplies and equipment (including heavy equipment and snow shovels) to provide efficient snow and ice removal services at the National Weather Service Forecast Office located at 6930 Sand Lake Road, Anchorage, AK. 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. The contractor shall apply sand, ice melt, etc., as necessary to treat existing or developing unsafe conditions to produce safe passage of pedestrians and vehicles. TECHNICAL SPECIFICATIONS: Before the first snowfall, the contractor will install snow poles to define the edges of the parking lot, roads and fire hydrant. The snow poles will be removed in spring after the last snow has melted. Snow poles and attaching fasteners will be provided by the National Weather Service. Snow removal is expected after a 3 inch accumulation of snowfall or if authorized personnel call for additional snow removal or for an icing problem. Snow and ice removal services will be considered "automatic" and "on-call". It shall be the contractor's responsibility to monitor weather forecasts and conditions and automatically initiate removal services unless an authorized person calls for additional services. All doorways and sidewalks (the full width) will be kept clear of snow and ice. This includes: the sidewalks on the North and West sides of the WFO main building, the sidewalk attached to the main entrance, the sidewalk that connects the WFO main building to the facilities building, and the sidewalk that encircles the generator room. Ice melt will be used to keep the sidewalks from getting slippery from ice or compacted snow. The parking lots, work areas and roadways will be kept free of snow. These areas will also be sanded when they become slippery due to ice or compacted snow. The path to the flagpole needs to be shoveled and kept clear of snow and ice. The dumpster entrance must be kept clear of snow and ice for easy access. The fire hydrant will be kept clear of snow for ease of access. The work area located on the south and west sides of the facilities building will have the snow removed from all of the level area. The level area extends approximately 45 feet out from the building. The snow will also be cleared from the doorways of the two hazardous material storage sheds located on the west side of the facilities building. The inflation building has doors on all four sides of the building which need to be kept clear of ice and snow. Two of the doors are roll-up types, one is a standard entrance door and the fourth door is a double door. The level ground around the inflation building needs to be kept clear of snow. The level ground extends in a radius approximately 45 feet around the building. The road to the inflation building and the inflation building doors need to be plowed and cleared before 1:00 am and 1:00pm. This can be done independently of clearing the other areas. The small gravel road to the NOAA Weather Radio should be cleared of snow. Snow staking will be at the discretion of the snow removal company when/if the snow storage areas require such. After the last snowfall has melted in the spring all sand will be swept from the asphalt portions of the parking lots and all sidewalks. Special Conditions: 1) The door that exists on the south side of the building does not have a sidewalk that leads to the parking lot. If the snow depth exceeds 24 inches - upon special request a path will need to be cleared to the parking lot from this door. The Vendor will be held harmless as to any damage that may occur to the lawn underneath this path. It just needs to be walkable. It does not have to be cleared down to the grass. 2) Whenever the snow begins to melt, a puddle forms on the driveway near the entrance/exit to Sand Lake Road. Extra work is required to keep the south side of the driveway free from ice-damming so proper draining can occur. 3) All doorways and entrance walkways for the WFO main building and facilities building will be kept clear of snow and ice. 4) Snow removal services may include but are not limited to: hand shoveling, hand sweeping, snowplowing by truck, sanding, loader use, snow storage, and application of approved ice melt. DELIVERABLE SCHEDULE: November 1, 2011 through April 30, 2012 Base Plus Four Option Years which will begin October 1 through April 30. INVOICING The vendor will bill on a monthly basis in arrears. OBSERVANCE OF LEGAL HOLIDAYS AND SITE CLOSURE INFORMATION The Contractor hereby agrees to observe the following Federal holidays, plus any other day off work designated by Federal Statute, by Executive Order, or by Presidential proclamation: New Year's Day Labor Day Martin Luther King's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day When any holiday falls on a Saturday, the preceding Friday is observed; when any holiday falls on a Sunday, the following Monday is observed. All personnel assigned to this contract shall limit their observation of holidays to those set forth above. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the MIC. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the contractor is instructed to contact the MIC or Alternate MIC for guidance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWV9904-12-00102SRG/listing.html)
 
Place of Performance
Address: ANCHORAGE WEATHER FORECAST OFFICE ALASKA, 6930 SAND LAKE ROAD, ANCHORAGE, Alaska, 99502-1845, United States
Zip Code: 99502-1845
 
Record
SN02605245-W 20111013/111011234147-557821474490056ef1eeefcb46a7bd49 (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.