Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
DOCUMENT

S -- Grounds maintenance - Attachment

Notice Date
7/2/2015
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
VA Connecticut;950 Campbell Avenue;West Haven CT 06516
 
ZIP Code
06516
 
Solicitation Number
VA24115Q0589
 
Response Due
7/31/2015
 
Archive Date
9/14/2015
 
Point of Contact
Krisanne Rivera
 
E-Mail Address
Krisanne.Rivera@va.gov
(Krisanne.Rivera@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Performance Work Statement Snow/Ice Removal & Grass Mowing Services Providence VAMC Providence, RI Contractor shall provide all necessary supervision, labor, equipment and materials for the following work. The general limit of the specified work area will be located at the VAMC, 830 Chalkstone Avenue, Providence, RI 02908. The work will entail snow removal and ice control for sidewalks and building entrances as well as lawn mowing. 1.Perform Snow/Ice Removal. 1.1 Snow Removal. The contractor will remove snow from all sidewalks, steps, stairs, landings and entrance ramps as shown in attached Appendix A, "Snow Removal Map". The contractor shall clear the sidewalks, steps, stairs, landings and entrance ramps to their full widths of snow accumulation, piles or drifts. The contractor will remove snow and ice from around fire hydrants and PIV pipes as indicated on Appendix A. The contractor will not use paved areas such as roads and parking lots shown in Appendix A for the removed snow. All six (6) snow removal zones (Appendix B) covered by this contract are considered as high priority and are expected to be worked on simultaneously. Snow will begin to be removed when accumulation exceeds one (1) inch and/or within one (1) hour after the snow stops. This may require multiple snow/ice removals each day. The contractor will provide parking lot snow removal for Lots 5, 5A, 5B and 5C (Appendix C) under the same requirements as specified above for sidewalks. Snow will be piled in such a manner as to maintain as many parking spaces as possible. The contractor will provide parking lot snow removal at our off site facility, Harwood Center, 385 Niagra Street, Providence, RI (Appendix D). 1.2 Ice Removal. The contractor shall immediately treat and remove ice to provide secure footing on all areas covered in this contract. The contractor will use an approved environmentally friendly ice melt product of Calcium Magnesium Acetate (CMA) such as Inferno or equal. The contractor may not use sand. The contractor may use existing Snow Melt lockable storage bins located throughout the campus for storage of ice melt bags. 1.3 Personnel Management. Contractor shall provide supervision as needed for full and proper utilization of contractor staff and coordination with VA Snow Team. Contractor is responsible to ensure time billed to the Government adequately and properly accounts for work effort required for each snow/ice event. 1.4. Service Delivery Summary. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance ObjectiveSOW ParagraphPerformance StandardAcceptable Quality Level Snow Removal1.1Snow is removed per section 1.1. Areas covered are safe for pedestrian traffic. Customer complaints do not exceed 3 per snow event. Ice Removal1.2Ice is treated and removed and is safe for pedestrian traffic. Areas have adequate amount of ice melt used for conditions. Customer complaints do not exceed 3 per snow event. 1.5 Response Time & Hours of Operation The contractor will be required to provide 24/7 response to snow/ice events within a one (1) hour time frame. 2. Maintain Improved Grounds 2.1. Mow Improved Grounds. Grass shall be cut on approximately 5.3 acres of improved grounds as indicated in Appendix C. Grass clippings shall be removed or mulched when visible after mowing. Contractor shall maintain the growth of grass height on improved grounds between 3 to 6 inches. The height is a guideline for a neat and professional appearance. All improved grounds shall look well-manicured at all times. 2.2 Edging. Sidewalks, driveways, curbs, and other concrete or asphalt edges located in the improved grounds areas shall be edged at least every other mowing. 2.3 Trimming. Grass and weeds shall be trimmed around trees, shrubs, buildings, fences, poles, posts, fire hydrants, parking lot bumper blocks, boulders, and other fixed obstacles. Trimming height shall match surrounding area grass heights. This task involves all improved grounds as shown in Appendix B. All areas shall be trimmed concurrent with mowing. Damage to trees and shrubs from trimming shall be repaired by the contractor. If a plant should die or become unhealthy due to damage, the contractor will be responsible for replacing the damaged plant with a plant of same size and type. Plant replacement shall occur within 15 days of noticed damage. 2.4 Irrigation. Not included in the scope of work. 2.5 Fall Leaf Removal. During the fall months, fallen leaves shall be removed weekly from those areas indicated in Appendix B. At other times leaves shall be removed as necessary. Dispose of all debris at an off-base location in accordance with existing local, state, and federal regulations. 2.6. Repair Damaged Areas. Improved ground areas damaged by contractor vehicles and/or equipment shall be seeded or sodded to meet the standards of surrounding areas. Other than lawn areas will be repaired to match the surrounding area. 2.7. Apply Fertilizer and/or Lime. Not in the scope of work. 2.8 Perform Pest Identification and Control. Not in the scope of work. 2.9. Aerate Soil. Not in the scope of work. 2.10. Emergency and Special Events Services. Not in the scope of work. 3. Maintain Semi-Improved Grounds 3.1 Mow Semi-Improved Grounds. Grass cutting shall be accomplished on 1.5 acres of semi-improved grounds as indicated in Appendix C. Contractor shall maintain grass on semi-improved grounds as set forth in Appendix C from 8 to 12 inches in height 3.2 Perform Vegetation Control. Not in the scope of work. 3.3 Maintain Trees/Shrubs/Hedges Not in the scope of work. 3.4 Service Delivery Summary. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective SOW ParagraphPerformance StandardQuality Assurance Maintain Improved and Semi-improved Grounds3.1 Grass is maintained within proper height for its area. Edging, trimming, leaf removal and repair to damaged areas done per the specifications in a timely manner. Customer complaints shall not exceed 3 per month. 4. Contract Duration This service contract will be for a Base Year, with four (4) one (1) year option renewals at the discretion of the VA. The Period of Performance for the contract to include the Base Year with Four (4) One (1) Year Option Renewals beginning in 2016. 5. Sign-In/Out & Badging All Contractor employees shall be responsible to sign in at building 6 Transportation/Grounds office or after normal working hours at building 7 Grounds garage. Contractor Employees shall sign-out at the end of the work day. A temporary VA badge will be issued to each person at this sign-in. 6. Parking Parking is rigidly controlled at the facility. Contractor parking instructions shall be provided by the COR. Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited. Depending on the severity of the snow storm, the contractor may be limited to the number of vehicles they can park on the VAMC site. Accommodations will always be made for the contractor work vehicle(s) transporting personnel, equipment and snow melt. Parking passes will be issued to the contractor for the season for work vehicles by the VA Police Office. 7. Ordering Activities and Procedures Individual Task Orders will be issued on an as needed basis during the period of performance specified. Contractor shall have the ability to accept credit card orders. 8. Changes to Statement of Work Any changes to this original statement of work as part of the establishment for the contract shall be authorized and approved only through written correspondence from the Contracting Officer. 9. Invoicing Acceptance The Contractor shall submit Task Order invoices related to this effort through Tungsten Network, formerly known as OB10 with a copy sent by email to the COR. These invoices shall contain the following information: Contract Number: Purchase Order/Task Order Number: Contractor Name: Invoicing Period/Date of Service: Invoices for credit card authorized work will be sent to the COR. 10. Contract/Task Order Termination VA has the right to terminate (in whole or in part) the contract and/or task order(s) issued against it at any time. The Contractor will be paid only for the services rendered up to the point of receiving the termination notice, and then only to the extent that those services meet the requirements of this SOW. The Contracting Officer for this contract may cancel with 30 days written notice to the Contractor. 11. Contractor Personnel Security Requirements All contractor personnel shall obtain a short term identification badge issued by the COR. Such badge shall be worn by the individual and prominently displayed at all times while on VA Property. No employee of the contractor shall enter the medical center and outer buildings without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state or local government agency. The C&A requirements do not apply and a Security Accreditation Package is not required. 12. PRICING SCHEDULE Base Period: 2015-2016 1.Emergency Call Response Hourly Rate charged during normal working hours $______________ hourly rate 2.Emergency Call Response Hourly Rate charged during after hours (5:00pm to 7:00am) Monday - Friday, Weekends & Holidays 3.Routine Hourly Rate Charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 4.Routine Hourly Rate Charged during after hours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate 5.Minimum Hours Charged per Emergency Call _________ Hours 6.Percentage markup _____ on ice melt materials purchased. Provide Proof of Purchase invoice for ice melt. 7.Front End Loader Routine Hourly Rate charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 8. Front End Loader Routine Hourly Rate charged during afterhours (7:00am to 5:00pm) Monday- Friday $_____________ hourly rate 9. Dump truck Routine Hourly Rate Charged during afterhours (5:00pm to 7:00am) Monday - F Friday and Weekends & Holidays $____________ hourly rate Option Year One: 2016-2017 1.Emergency Call Response Hourly Rate charged during normal working hours $______________ hourly rate 2.Emergency Call Response Hourly Rate charged during after hours (5:00pm to 7:00am) Monday - Friday, Weekends & Holidays 3.Routine Hourly Rate Charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 4.Routine Hourly Rate Charged during after hours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate 5.Minimum Hours Charged per Emergency Call _________ Hours 6.Percentage markup _____ on ice melt materials purchased. Provide Proof of Purchase invoice for ice melt. 7.Front End Loader Routine Hourly Rate charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 8. Front End Loader Routine Hourly Rate charged during afterhours (7:00am to 5:00pm) Monday- Friday $_____________ hourly rate 9. Dump truck Routine Hourly Rate Charged during afterhours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate Option Year Two: 2017-2108 1.Emergency Call Response Hourly Rate charged during normal working hours $______________ hourly rate 2.Emergency Call Response Hourly Rate charged during after hours (5:00pm to 7:00am) Monday - Friday, Weekends & Holidays 3.Routine Hourly Rate Charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 4.Routine Hourly Rate Charged during after hours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate 5.Minimum Hours Charged per Emergency Call _________ Hours 6.Percentage markup _____ on ice melt materials purchased. Provide Proof of Purchase invoice for ice melt. 7.Front End Loader Routine Hourly Rate charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 8. Front End Loader Routine Hourly Rate charged during afterhours (7:00am to 5:00pm) Monday- Friday $_____________ hourly rate 9. Dump truck Routine Hourly Rate Charged during afterhours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate Option Year Three: 2018-2019 1.Emergency Call Response Hourly Rate charged during normal working hours $______________ hourly rate 2.Emergency Call Response Hourly Rate charged during after hours (5:00pm to 7:00am) Monday - Friday, Weekends & Holidays 3.Routine Hourly Rate Charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 4.Routine Hourly Rate Charged during after hours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate 5.Minimum Hours Charged per Emergency Call _________ Hours 6.Percentage markup _____ on ice melt materials purchased. Provide Proof of Purchase invoice for ice melt. 7.Front End Loader Routine Hourly Rate charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 8. Front End Loader Routine Hourly Rate charged during afterhours (7:00am to 5:00pm) Monday- Friday $_____________ hourly rate 9. Dump truck Routine Hourly Rate Charged during afterhours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate Option Year Four: 2019-2020 1.Emergency Call Response Hourly Rate charged during normal working hours $______________ hourly rate 2.Emergency Call Response Hourly Rate charged during after hours (5:00pm to 7:00am) Monday - Friday, Weekends & Holidays 3.Routine Hourly Rate Charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 4.Routine Hourly Rate Charged during after hours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate 5.Minimum Hours Charged per Emergency Call _________ Hours 6.Percentage markup _____ on ice melt materials purchased. Provide Proof of Purchase invoice for ice melt. 7.Front End Loader Routine Hourly Rate charged (7:00am to 5:00pm) Monday - Friday $_____________ hourly rate 8. Front End Loader Routine Hourly Rate charged during afterhours (7:00am to 5:00pm) Monday- Friday $_____________ hourly rate 9. Dump truck Routine Hourly Rate Charged during afterhours (5:00pm to 7:00am) Monday - Friday and Weekends & Holidays $____________ hourly rate 13. Appendices 1.Appendix A - Snow Removal Map 2.Appendix B - Snow Zone Map 3.Appendix C - Grass Mowing Map 4.Appendix D - Harwood Center Snow Removal Map
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WHVAMC/VAMCCO80220/VA24115Q0589/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-15-Q-0589 VA241-15-Q-0589_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2145175&FileName=VA241-15-Q-0589-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2145175&FileName=VA241-15-Q-0589-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03785310-W 20150704/150702235520-f4b8b2b64549ad1f2ff9f1e96c70e6ec (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.