SOLICITATION NOTICE
S -- SNOW AND ICE REMOVAL AND CONTROL
- Notice Date
- 11/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, MA, 02209-1027
- ZIP Code
- 02209-1027
- Solicitation Number
- HSCG24-05-Q-3B8020
- Response Due
- 11/19/2004
- Archive Date
- 12/4/2004
- Small Business Set-Aside
- Total Small Business
- Description
- Combined solicitation/synopsis for commercial items prepared in accordance with format in FAR Subpart 12.6 as supplemented with additional information included iin this notice. Quotes are requested. The incorporated provisions are those in effect through Federal Circular 2001-18. Federal Acquisition regulations clauses and provisions are available via internet address http://www.arnet.gov/far. The applicable NAICS is 561990 Size $6.0M. Quotes are due 1200 EST on 19 Nov 2004. Quotes should be faxed to 617-223-3145 Attn: J Mckenzie or may be emailed Jmckenzie@iscboston.uscg.mil. USCG Family Housing South Weymouth MA SNOW AND ICE CONTROL A.1 Snow and ice control services A.1.1 General Requirements. The contractor shall be responsible for the management and operation of snow and ice removal, including street and storm drains, and sanding efforts, for roads and parking lots adjacent to 165 units and two maintenance support buildings at USCG Family Housing, South Weymouth. Table 1 describes complete square footage of parking lots and linear footage of roads. This effort shall include planning, programming, supervising, and performing all services herein. The contractor shall provide all necessary labor, supervision, materials, transportation, tools, and equipment to accomplish all required services. A.1.2. Snow and Ice Removal. The contractor shall provide continous snow and ice removal operations, to include nights and weekends. The contractor shall continously remove snow from roads so no more than 2" of snow accumulates over all roads or when drifting snow has reached the top of curbs. Areas shall be cleared in accordance with the priorities outlined by the Facility Manager, Local Housing Officer, or contracting Officer. The contractor shall remove snow from roads to bare pavement and from curb to curb. The parking lots shall be cleared prior to 0700 Monday through Friday, whenever snow removal is required. The parking lots shall be cleared prior to 0900 Saturday and Sunday, whenever snow removal is required.. A.1.3. Obstructions to snow removal. Remove snow to within twelve (12) inches of all permanent obstructions (e.g. poles) located within all areas requiring snow removal. Snow removal shall continue regardless of obstructions that are not permanent (e.g. parked cars). A.1.4. Sidewalks and Steps. Sidewalks and steps are not the contractor's responsibility. Sidewalks and steps shall be maintained free of snow and ice by government personnel and residents. However, the contractor shall take care not to pile drifts near walkways or behind vehicles that would require extra manual clearing effort. A.1.5. Ice Control: Sand but No Salt Use. The contractor shall apply abrasives (sand or saw dust) for ice control on roads and remove ice to bare pavement. A.1.6. Storm drains. After snow removal operations have commenced, open all storm drains to facilitate drainage. A.1.7. Fire Hydrants. Contractor shall keep fire hydrants completely accessible and connections exposed, free of snow or ice berms to within a ten (10) feet radius. Provide vehicle access to the fire hydrants at all times. There are five fire hydrants located on Lyra Drive, two on Cross Terrace, and one on Glendenning. A.2. Essential Service Components. Methods of snow and ice removal shall be at the contractor's discretion based on the type and amount of snow that has fallen, or is projected to fall, ranging from dustings to severe storms, and ant post-storm snow and ice removal. The contractor shall use a variety of snow and ice removal methods in an effort to maximize efficiency and keep all rods and parking lots clear and clean of snow and ice. All of the requirements of this contract shall include the following each time service is rendered: --a complete inspection of the site --identification of areas that need additional snow and ice removal, in order for priority for safety vehicle access --completion of additional snow and ice removal efforts as required --completion of additional sand or saw dust placement as required --evaluation of the effectiveness of the total clean-up effort A.2.1. Contractor Check In. Contractor shall indicate snow and ice removal efforts are to be started by calling 781-331-2021 and announcing such. A.2.2. Snow and Ice Removal Responsiveness. --Site Identification: During regular work, such as clearing of roads and parking lots, the contracting officer's representative may designate specific areas to be treated on a priority basis --Snow and Ice Removal Re-treatment Efforts (Call backs): The contractor shall within 24 hours after receiving notice from the COR and at no additional expense to the government, retreat previously treated areas when inadequate snow and ice removal was obtained with the initial effort. The is no limit to the number of call backs for retreatment of removal failures. A.2.3. Working Hours. A.2.3.1 Normal Working Hours. Contractor is permitted to perform snow and ice control services 24 hours per day, seven days per week, including federal and state holidays. A.3. Definition. As used throughout this contract, the following terms shall have the meaning set forth below. a. Contracting Officer's Representative (COR). The individual assigned by the contracting Officer to provide management of a service contract. Typical duties would include acting as a point of contact with the contractor, evaluating contractor's proposals, and making recommendations for action by the contracting officer. b. Contractor. The term contractor as used refers to both the prime contractor and any subcontractors. The contractor shall be responsible for ensuring that his subcontractors comply with the provisions of the contract. c. Contractor Furnished Property. Materials, supplies, and or equipment provided or acquired by the contractor and in the possession of the contractor, to which tital remains with the contractor. d. Contracting Officer. An individual with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. e. Facility. A facility is an enclosed structure utilized to protect personnel, material, or equipment from the elements and provide associated work or storage space. f. Government furnished property. Is property in the possession of, or directly acquired by the government and subsequently made available to the contractor for use in performance of a contract. g. Housing Areas. For purposes of this contract, housing areas are any structure, building, utility, dwelling, or an uninterrupted segment of a specified unit that is residential in nature. h. USCG S. Weymouth MA. The land and facilities occupied by the Coast Guard and its command activities including 165 residential family housing units and two maintenance support buildings located at 114 Pidgeon Road. i. Response time. Response time is defined as the time allowed the contractor after identifiaction of a work requirement to be physically on the premises at the work site, with appropriate tools, equipment, and materials ready to perform the work required. A.4. Accident reporting. The contractor shall maintain an accurate record of accidents and shall report to the COR in the manner and on the forms presribed by the COR, exposure data and all accidents resulting in death, trauma, injury, property damage. All accidents shall be reported to the COR within 24 hours of their occurrence. Any accident resulting in damaged government or personal property shall be reported to the COR within one (1) hour of its occurrence. All reports required by the State, local, and Federal regulations and thetime schedule shall be reported to the COR. Copies of all such reports shall be provided to the COR. A.5. Government Furnished Property. The government will not furnish any office space, operational facilities, equipment, or materials other than water and electricity which will be supplied to the extent required by contract operations of this contract. A.6 Service Calls. A.6.1. General Requirements and Procedures. Service calls are intended to encompass all snow and ice removal requirements, within the contract and would not reasonably require separate job planning, estimating, or scheduling. The following Far provisions and clauses are incorporated in the solicitation by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items JAn 2004, FAR 52.212-2 Evaluation Commercial Items Jan 1999 award will be made to the offeror proposing the best value to the government price, technical acceptability, and past performance being considered, FAr 52.213-3 Offeror Representations and Certifications May 2004, Far 52.212-4 Contract Terms and Conditions Oct 2003, FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executuve Orders --Commercial Items Oct 2004, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government jul 1995 with Alternate I Oct 1995, FAr 52.222-3 Convict Labor June 2003, FAR 52.222-19 Child Labor June 2003, FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999, FAR 52.222-26 Equal Opportunity Apr 2002, FAR 52.222-35 Equal Opportunity Apr 2002, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam era and Other Eligible Veterans Dec 2001, FAR 52.222-36 Affirmative Action for Workers with Disabilities June 1998FAR 52.222-37 Employment reports on Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as amended MAy 1989 DOL wage determination Norfolk County MA 94-2256 Rev 19, FAR 52.228-5 Insurance--Work on a Government Installation jan 1997, FAR 52.236-7 Permits and Responsibilities Nov 1991, FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements Apr 1984, FAR 52.236-1 Cleaning Up Apr 1984, FAR 52.237-1 Site Visit Apr 1984
- Place of Performance
- Address: South Weymouth MA
- Zip Code: 02190
- Country: USA
- Zip Code: 02190
- Record
- SN00707505-W 20041114/041112211517 (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 |