DOCUMENT
Z -- SNOW REMOVAL AT VA MEDICAL CENTER, HAMPTON, VIRGINIA - Attachment
- Notice Date
- 11/8/2011
- Notice Type
- Attachment
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24612Q0203
- Response Due
- 11/16/2011
- Archive Date
- 2/23/2012
- Point of Contact
- Eulanda Banks
- E-Mail Address
-
8-7098<br
- Small Business Set-Aside
- N/A
- Description
- (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. All bidders must also be registered on www.ccr.gov and https://orca.bpn.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA-246-11-RQ-0953. This solicitation is a request for Parking Lot and Sidewalks Snow and Ice Removal Services at VA Medical Center, Hampton, Virginia in accordance with the attached Statement of Work (SOW) and other associated documents. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This is a 100% total small business set-aside. The North American Industry Classification System Code is 561790 and the size standard is $7M. SCHEDULE OF SERVICES CLINItem0-3"3-6"6-9"9-12"12-15"Units 0001 Primary RoadsPer1-lane mile 0002 Secondary RoadsPer1-lane mile 0003 Parking LotsPer Sq FT 0004 SidewalksPer LF 0005* Snow Recovery Mode Removal & DumpingOne (1) Rubber Tire Articulating Loader (Per Hour Cost) 0006* Snow Recovery Mode Removal & DumpingOne (1) Tandum Dump Truck for snow pile removal (Per Hour Cost) 0007Hourly cost to maintain the facility once initial removal has been accomplished (e.g., still snowing ½" per hour for additional eight (8) hours. Total Each Column$$$$$ *COTR will determine if use of this line item is required TOTAL COST $___________ (V) This combined solicitation/synopsis is for purchase of the following commercial services: STATEMENT OF WORK FOR SNOW AND ICE REMOVAL Offerors or quotors 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. Site visit is scheduled for November 14, 2011. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please email your intent to attend the site visit to eulanda.banks@va.gov in order to schedule your time. 1.1. GENERAL SCOPE OF WORK. Contractor to provide all labor, tools, equipment and materials necessary to clear snow and ice from identified roads, sidewalks and parking lots on the attached site plan for the Hampton VA Medical (VAMC). 1.1.1. The contractor will have two hours after receiving notification from the Contracting Officer's Technical Representative (COTR), Chief Facilities Management Service (FMS), or Director FMS Engineering Services. to commence snow and/or ice removal. Contractor will respond on nights, weekends and holidays. The contractor shall furnish the COTR with a list of telephone numbers where the contractor or his authorized representative may be contacted seven (7) days a week, 24 hours a day, for the required services. Attachment B provides priority areas for snow removal. Attachment C is a map of the VAMC Hampton complex and highlights parking areas that will require snow removal as outlined in this statement of work. 1.1.2. Contractor will have adequate insurance to cover any damages to visible structures and vehicles; however, contractor will be exempt from chips to sidewalks, stairs, roadways and curbs as long as reasonable judgment and practices are observed. 1.1.3. Contractor may stage snow removal equipment in lot #4 at the contractor's own risk. 1.1.4. Snow and Ice Removal. The contractor shall ensure a pathway of 3 feet wide is free of snow accumulation, piles, or drifts by removing all snow and ice from sidewalks, steps, landings, and entrance ramps. The contractor shall remove snow, including drifts or piles, from all remaining paved surfaces such as roads, parking lots, as shown on the map. 1.1.4.1. The snow in Priority 1 areas (Main route form Mallory Street around the station, Clearing Lot 12 and Access for staff/patient to walk into Building 110B) shall be removed when accumulation exceeds one (1) inch or after snowfall stops. Snow and ice removal for Priority 1 areas must be accomplished within two (2) hours. 1.1.4.2. For areas identified as Priority 2 (All other lots listed on Attachment B except Priority 1 areas) the contractor shall remove snow when accumulation reaches 3 inches. This may require multiple snow/ice removals each day. Snow and ice removal for Priority 2 areas must be accomplished within six (6) hours. 1.1.5. Snow and Ice Disposal. When snowfall is heavy or accumulations become excessive, the contractor must place excess snow in disposal points pre-designated by the Contracting Officer's Technical Representative (COTR). Contractor may be required to remove snow from VAMC grounds due to space limitations and/or safety considerations. Removal process will consist of clearing roadways and parking spaces to ensure safe usage. Contractor must also be available for residual snow removal from VAMC grounds to ensure safe environments are maintained for patients and employees. 1.1.6. Chemical Treatment. Contractor is responsible for the chemical treatment of sidewalks, parking lots and roadways on the VA property. The contractor shall provide, maintain, and place Ice Melt, rock salt or any other de-icing product to prevent slipping and falling. 1.1.7. The contractor will dispose of all trash and debris related to snow removal and chemical treatment. 4.1. QUALITY ASSURANCE. The government will evaluate the contractor's performance in accordance with the government's Performance Standards. Performance ObjectivePerformance Standard Remove Snow & Ice. Ensure paved/concrete areas are safe for vehicle and/or pedestrian traffic. Ensure areas are completely removed of snow and ice; and adequate deicing materials are in-place and applied in accordance with SOW para. 1.1.4.-1.1.7.Areas are safe for pedestrian traffic and for driving. 8.1. CONTRACT PERFORMANCE MONITORING. 8.1.1. The COTR shall be the VAMC official responsible for monitoring contract compliance. Monitoring mechanisms shall include verifying that the contractor has completed all written documentation, monitoring sign-in/sing-out sheets, verifying that invoices are being billed according to the terms of the contract. 8.1.2. The Contracting Officer will maintain a log in the contract file relative to problems or complaints associated with this contract. This log will document that mutually agreeable resolutions were reached regarding each issue in a timely manner. (VII) Dates of service shall be the date of award through April 30, 2012. Place of performance is the Hampton VA Medical (VAMC), 100 Emancipation Drive, Hampton VA 23667 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan, 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: the Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers a)Technical understanding of the requirement b) past performance. c) price The basis of pricing should be determined on lane miles of primary and secondary roads; square feet of parking lots and linear feet of sidewalks cleared of snow and/or ice. Additionally, the pricing should be broken down to consider actual snowfall in inches. For example: The price to remove less than three inches, three to six inches, six to nine inches, etc. Actual snowfall will be determined by consideration of snowfall for the entire area; however, the Contracting Officer' Technical Representative will have final determination based upon local weather data as reported on local television stations or by the National Weather Service. All evaluation factors other than Price, when combined, are considered significantly more important than price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 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 (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (15 U.S.C. 657f). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.237-1 -- Site Visit (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan,2008) 852.237-70 Contractor Responsibilities (XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 12:00 PM, NOVEMBER 15, 2011. (XV) Quotes are required to be received by the Contract Specialist electronically via email no later than 2:00 P.M. EST on November 16, 2011. All quotes must be emailed to eulanda.banks@va.gov. ? Priority Areas - Priority 1 1. Primary/Main Roads: Mallory and 2.3 lane miles around VA Complex 2. Mallory street entrance and main VA Complex Road 3. Parking Lot 12 4. Access for Staff/patients to walk into Building 110 B Priority 2 1. Secondary Roads 2. Following Parking Lots: Lot 27 - 20,643 Lot 20 - 5,945 Lot 1 - 77,875 Lot 2 - 9,554 Lot 19 - 2,549 Lot 17 - 3,926 Lot 26 - 17,121 Lot 15 - 7,762 Lot 11 - 19,600 Lot 10 - 17,813 Lot 9 - 3,024 Lot 5 - 30,629 Lot 4 - 6,984 Lot 3 - 28,590 Sidewalks: 8,232 linear feet Note: Calcium Chloride and sand may be used by the contractor to clear ice from roads and sidewalks, and provide traction; however, this should be incorporated into the pricing provided above. ? VAMC Hampton Site Map -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24612Q0203/listing.html)
- Document(s)
- Attachment
- File Name: VA246-12-Q-0203 VA246-12-Q-0203_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=271943&FileName=VA246-12-Q-0203-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=271943&FileName=VA246-12-Q-0203-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-12-Q-0203 VA246-12-Q-0203_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=271943&FileName=VA246-12-Q-0203-000.docx)
- Record
- SN02619872-W 20111110/111108234529-3555d09e3fd764b5c063cd3a222b9444 (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 |