DOCUMENT
S -- Rome CBOC Snow Removal 528A7 - Attachment
- Notice Date
- 9/17/2018
- 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
- 36C24218U0093
- Response Due
- 10/3/2018
- Archive Date
- 12/2/2018
- Point of Contact
- Kimberly Wiatrowski
- E-Mail Address
-
Contract Specialist
(kimberly.wiatrowski@va.gov)
- Small Business Set-Aside
- N/A
- 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 13 Simplified Acquisitions, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes 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 36C24218U0093. (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 Unrestricted Open Market solicitation. 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. The table below lists the timeframe of option periods with reference the statement of work (SOW): PRICING SCHEDULE Base year: November 1, 2018 to September 30, 2019 Description Qty Unit of issue Total cost 1. Snowplowing and De-Icing of 1 YR $_______ The parking lot at the Rome CBOC. Option year 1: October 1, 2019 to September 30, 2020 Description Qty Unit of issue Total cost 1. Snowplowing and De-Icing of 1 YR $_______ The parking lot at the Rome CBOC. Option year 2: October 1, 2020 to September 30, 2021 Description Qty Unit of issue Total cost 1. Snowplowing and De-Icing of 1 YR $_______ The parking lot at the Rome CBOC. Option year 3: October 1, 2021 to September 30, 2022 Description Qty Unit of issue Total cost 1. Snowplowing and De-Icing of 1 YR $_______ The parking lot at the Rome CBOC. Option year 4: October 1, 2022 to September 30, 2023 Description Qty Unit of issue Total cost 1. Snowplowing and De-Icing of 1 YR $_______ The parking lot at the Rome CBOC. Grand total (Base year + four options): $____________________________ (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, rock salt or calcium chloride are acceptable. 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 VA staff is responsible for the sidewalks. 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. 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. (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: 1) Solicitation number for this requirement as 36C24218U0093 2) Name, address and telephone number of offeror 3) Technical description of services to be performed in accordance with the Statement of Work 4) Terms of any express warranty, if applicable 5) Price 6) Acknowledgement of any solicitation amendments 7) Past performance information 8) 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) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 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. PRICING The Offeror shall complete and submit the table listed in section (v) of this combined synopsis and solicitation for pricing evaluation. Factor 1 Technical Capability: The Offeror shall provide a maximum of a 10-page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work. As well as indicating that the vendor has the trained personnel and equipment to remove snow and ice as identified in the scope of work. Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. The contractor shall provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process of Snow and Ice removal of parking lots, Include the following information for each contract: Name and address of contracting activity Name and telephone number of contract person Dates of contract performance 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. (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) 52.228-5 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) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.219-74 Limitations on Subcontracting-Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (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) 852.215-71 Evaluation Factor Commitments (DEC 2009) 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) 52.222-36 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). 52.223-18 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) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (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 a Unrestricted open market combined synopsis/solicitation, the government intends to award a firm fixed price purchase order in accordance with FAR parts 12 and 13, 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). Quotes are required to be received NO LATER THAN 10:00 AM EST, October 3, 2018. Quotes and supporting documentation must be emailed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov. RFI s will not be accepted after September 24, 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/VAWNYHCS528/36C24218U0093/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218U0093 36C24218U0093.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594172&FileName=36C24218U0093-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594172&FileName=36C24218U0093-000.docx
- File Name: 36C24218U0093 Rome-Layout1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594173&FileName=36C24218U0093-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594173&FileName=36C24218U0093-001.pdf
- File Name: 36C24218U0093 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594174&FileName=36C24218U0093-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594174&FileName=36C24218U0093-002.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
- SN05093502-W 20180919/180917231650-72dfd49ba292c84d2511899101e490f1 (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 |