Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
DOCUMENT

S -- Snow Removal VA Medical Center Memphis, TN - Attachment

Notice Date
8/4/2017
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917N0976
 
Response Due
8/9/2017
 
Archive Date
11/16/2017
 
Point of Contact
Craig S. Ziegemeier
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Veterans Administration Medical Center Memphis, is conducting market research through this sources sought notice to seek sources that can provide Snow Removal Services. The North American Industry Classification System (NAICS) Code for this acquisition is 561790. The small business size standard is $7.5 million. The contracting office is contemplating a base year plus four one-year options contract beginning on 10-1-2017. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. VA VENDOR INFORMATION PAGE (VetBiz): Interested SDVOSBC and VOSBC parties should be registered in the VA Vendor Information Page (VetBiz) https://www.vip.vetbiz.gov/. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to craig.ziegemeier@va.gov. The subject line must read VA249-17-N-0976, Snow Removal Services VAMC Memphis. Responses must be submitted no later than August 9, 2017 at 2:00pm, Central Standard Time with the following information/documentation: Name of Company, Address and DUNS Number. Point of Contact and Phone Number. Business Size applicable to the NAICS Code: Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); the status will be verified VA Vendor Information Page. Veteran Owned Small Business Concern (VOSBC); the status will be verified VA Vendor Information Page. HuBZone Small Business Concern; if claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. Small Business Concern; Large Business Concern If you believe another NAICS is more suitable for the Snow Removal Services, please include the code. DESCRIPTION OF SERVICE/ WORK STATEMENT This is to establish a method of removing snow and ice from the VAMC MEMPHIS FACILITY 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, this shall include salting/sanding specified areas. Detailed work: 1. Base year shall be from October 1, 2017 through September 30, 2018, with four (4) one (1) year options. 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. 4. All equipment used and stored, including 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, OSHA, etc. 5. Snow and ice shall be placed in piles/or in open top dumpsters at designated locations specified by the (VAMC MEMPHIS). The Contractor may be asked to haul snow away from VA property. 6. The Contractor shall mobilize and report within (4) hours from the time of notification by the facility rep. or designee to treat traffic surfaces and action shall be continuous until treatment is no longer necessary as directed by the COR or facility representative. 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 (Facility rep) 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 rep or designee to discontinue the plowing or the de-icing or both. At that time the rep will contact the chief engineer and executive management. 9. Each snow/ice abatement call requires the inspection and acceptance of the rep 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 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 (2) hours from the time the Contractor is notified by the COR 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 (facility) if the Contractor has to supply it. 16. Equipment used shall be comparable or better than that used by the (VAMC MEMPHIS) in the past. Review of equipment included in the walkthrough. Example: Tractor - 18 horsepower, 51" rotary broom, 54" front blade; front loader - 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. etc. 17. Manpower and equipment used shall be sufficient to provide an initial clean sweep of the (facility) in three (4) hours and maintained during the snow event. 18. Facility will not provide any storage space for ice and snow removal equipment - Only pre-staging of equipment. 19. The Contractor will check in with the facility upon arrival to do snow removal, check out the key and gate card assigned as required. 20. Whenever the work requires the Contractor to gain temporary access to government controlled spaces, the Maintenance & Operations 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. 21. 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. 22. Equipment and manpower allocation for ice and snow removal: Main VA campus facility: Example: 6 teams of 2 person crews with one machine per crew $_____ per crew hour 6 additional ground persons $_____ per crew hour (18 persons and 6 machines) $_____ per crew hour, 2 hour logistic fee for each event Ex: 18 persons and 6 machines on site for 8 hours and 2 hours travel $______ per event (5 events per season would be $_______ + cost of ice melt) *actual total to be billed as applied according to person power, equipment, and hours on site For pre-staging of equipment (for a non-event) would be $______ per event per machine taken to site. 1. Contractor will be able to review the VA shop drawings for reference as required to complete this work. Return any shop drawings to the COR once the work has been completed. Contractor and their staff are not permitted to take any pictures, videos or drawings of any type. 2. Contractor and their staff are not permitted to take any pictures, videos or drawings of any type. Taking of photographs/videos are prohibited while on VA premises. 3. The contractor s staff will check in with the VA police to receive a VA work authorization badge. The badge must be worn facing forward and above the waistline. The contractors staff are required to wear the VA issued badge at all times while on VA premises. 4. TRAINING: The contractors staff (those who will be on VA property working) will be required to complete the TMS (VA 20939) training prior to the work beginning. The contractor will either personally bring the training certificates or E-mail the certificates to the COR so they can be kept on file for one year. 5. You must ensure each contract employee self-enrolls for a profile on the VA TMS by visiting https://www.tms.va.gov/plateau/user/login.jsp. Once there, employees should follow the steps below to create a profile, launch the mandatory training, and complete the content prior to their next day at VA. 6. Upon completion by all employees, the contractor shall provide their Contracting Officer Representative with each employee s printed certificate of completion from the TMS. This certificate displays the employee s TMS User ID. 7. The TMS training is only good for one year and the contractor is responsible to ensure their staff or persons who will be working on VA property are current.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917N0976/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-N-0976 VA249-17-N-0976.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712102&FileName=VA249-17-N-0976-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3712102&FileName=VA249-17-N-0976-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center Memphis;1030 Jefferson Avenue;Memphis, TN
Zip Code: 38104-2127
 
Record
SN04613839-W 20170806/170804231909-d22d295d2171c66fd55b02795ec4aafa (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.