Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

S -- Rome CBOC Snow Removal 528A7 - Attachment

Notice Date
8/16/2018
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
VISN 2 NCO;Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road Suite 3500;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
36C24218Q9730
 
Response Due
9/7/2018
 
Archive Date
11/6/2018
 
Point of Contact
Kimberly Wiatrowski
 
E-Mail Address
Contract Specialist
(kimberly.wiatrowski@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Snow and Ice Removal for the Syracuse VA Medical Center, Rome CBOC, Griffiss Park, 125 Brookley Road, Building 510, Rome New York 13441. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Procedures as supplemented with additional information included in this notice. 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 quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9730. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. (iv) This procurement is being issued as a total Small Business set-aside. The North American Industry Classification System (NAICS) code is 561790 - Other Services to Buildings and Dwellings, with a small business size standard of $7.5 million. (v) The Contractor shall provide pricing for Snow and Ice Removal for the Syracuse VA Medical Center, Rome CBOC, Griffiss Park, 125 Brookley Road, Building 510, Rome, New York 13441. See table below: Line Item Period of Performance Description Unit Unit Price Base year 11-1-2018 9-30-2019 Snowplowing and De-Icing Rome CBOC. year Option year 1 10-1-2019 to 9-30-2020 Snowplowing and De-Icing Rome CBOC. year Option year 2 10-1-2020 to 9-30-2021 Snowplowing and De-Icing Rome CBOC. year Option Year 3 10-1-2021 to 9-30-2022 Snowplowing and De-Icing Rome CBOC. year Option year 4 10-1-2022 to 09-30-2023 Snowplowing and De-Icing Rome CBOC. year Grand Total for Base + four (4) Option years: ___________________________ (vi) Description of requirement: Statement of Work (SOW) Snow and Ice Removal Syracuse VA Medical Center Rome CBOC, Griffiss Park SCOPE Contractor shall furnish all equipment and labor to provide snow clearing and ice control for the parking areas at the VA s Rome - Donald J. Mitchell VA Outpatient Clinic located at: Griffiss Park 125 Brookley Road, Building 510 Rome, NY  13441 Contractor will provide snow plowing and de-icing based on weather forecasts and actuality of snow fallen and removal of accumulated ice in the parking lots, driveways and access roads by 6 A.M. (06:00 EST) on days the Rome CBOC is scheduled to be open. The Clinic is open Monday through Friday. Excluding Federal Holidays observed by the VAMC which are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Or any other day the President declares a holiday. The Clinic is also scheduled to be open for three (3) Saturdays during the Winter-season. The Contracting Officer's Representative (COR) will inform the Contractor 10 business-days prior to a Saturday the Clinic will be open. The authorized VA representative may contact the Contractor to provide notification of needed snow plowing and de-icing service. Upon receiving notification, the Contractor will respond within One (1) HOUR OF NOTIFICATION and continuously provide the necessary manpower, equipment, fuel and materials to complete service as required in this contract. The Contractor shall maintain contact with the COR during snow plowing/ice removal operations. It shall be presumed that the CBOC will remain open for business during all weather conditions, and that there will be pedestrian and vehicle traffic, truck deliveries, cars parked in the parking lots, and other normal business day activities. The Contractor will provide all de-icing materials necessary to keep the parking lots free from snow and ice. It is the preference of the City of Rome to not use sand within city limits. When two (2) inches or more snow falls at the Clinic site the Contractor will provide adequate snow plowing and de-icing to effectively keep their parking lots and drives clear from 6 A.M. to 6 P.M (06:00 18:00 EST). The Contractor may contact the COR to coordinate snow plowing and de-icing. Contractor is expected to be knowledgeable about accurately forecasting need for services. The Contractor shall remove snow and ice from all paved areas, parking lots shall be plowed to the bare pavement. All parking spaces shall be cleared of snow and available for parking. The Contractor shall remove snow, including drift or piles, from all remaining paved surfaces. All snow shall be removed from the hydrants so they may be easily accessible. The cleared area shall be approximately six (6) feet wide around the hydrant. The hydrants shall be cleared at the end of each snowstorm. Snow may only be moved to adjacent VA owned vacant areas, identified by the COR. The Contractor will repair and/or replace any barricades, obstacles, curbs, lawns, signs which are moved or damaged by snow plowing. Contractor will be fully responsible for any property and personal damages they cause and shall repair these damages expeditiously and at their own expense. Contractor shall remove all snow off from premises when it exceeds the boundaries of the identified areas. Contractor will submit Material Safety Data Sheets for all hazardous materials to be used in this contract within 10 days after contract award to the Contracting Officer and the COR. Contractor will not store any removal equipment on the VA property. The C&A requirements do not apply, and that a Security Accreditation Package is not required PERIOD OF PERFORMANCE The base period of performance is November 1, 2018 to September 30, 2019 with provision of four (4) option years. QUALIFICATIONS Contractor and any subcontractors will have experience plowing snow and de-icing commercial parking lots of similar size, for at least one year previous to the last Winter-season, and, can provide the necessary equipment, insurance, and labor, including bucket loader, to adequately perform on this contract. Contractor and any subcontractors will be able to provide at least two references of their satisfactory business performance snow plowing and de-icing commercial parking lots. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions, to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work, and hold the Contractor in default. INSPECTIONS: An inspection of work performed shall be done by the VA COR/POC periodically upon completion of snow removal. The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. CBOC Rome 125 Brookley Rd, Rome, NY 13441 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: solicitation number for this requirement as 36C24218Q9730 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Evaluation will be determined based on LPTA to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. Evaluation Factors Factor 1 Technical Capability: The Offeror shall provide a maximum of a 10-page capability statement demonstrating technical Capability to meet all the requirements of the Statement of Work. Offeror must have trained personnel and equipment to remove snow and ice as identified in the scope of work. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Factor 2 Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. The Government reserves the right to make award without discussions. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NOT ACCEPTABLE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds for the Next Fiscal Year (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV2011) 52.219-14 Limitations on Subcontracting (JAN 2017) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (xiii) The Service Contract Act (SCA) of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open market total small business set-aside combined synopsis/solicitation,  for Snow Removal and De-Icing Services for the Syracuse VA Medical Centers Rome CBOC as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Site Visit: A Site Visit is scheduled for August 28, 2018 at 10:00 am EST. Interested vendors are encouraged to meet at the Rome CBOC, Griffis Park, 125 Brookley Road, Building 510, Rome, New York 13441. This will be the only provided site visit. Please assemble in the Main Entrance. Quotes are required to be received NO LATER THAN 10:00 AM EST, September 7, 2018. Quotes and supporting documentation must be emailed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov. RFI s will not be accepted after August 29, 2018 10:00 am EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via email to Kimberly Wiatrowski, Contracting Specialist, 585-297-1460 x 72467; Kimberly.wiatrowski@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q9730/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9730 36C24218Q9730.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547163&FileName=36C24218Q9730-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547163&FileName=36C24218Q9730-000.docx

 
File Name: 36C24218Q9730 Rome-Layout1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547164&FileName=36C24218Q9730-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547164&FileName=36C24218Q9730-001.pdf

 
File Name: 36C24218Q9730 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547165&FileName=36C24218Q9730-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547165&FileName=36C24218Q9730-002.pdf

 
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;Syracuse VA Medical Center;Rome CBOC Griffiss Park;125 Brookley Road, Building 510;Rome, NY
Zip Code: 13441
 
Record
SN05040803-W 20180818/180816231337-1ebc51685f87587aa64403c87032d3e5 (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.