Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2018 FBO #6200
SOLICITATION NOTICE

S -- Pavement Management and Snow Removal Service for the Army Family Housing Areas in Hudson, MA; Natick, MA; and Needham, MA - Package #1

Notice Date
11/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY19Q0002
 
Archive Date
2/28/2019
 
Point of Contact
Michael W. Vincent, Phone: 5082336138, George Bernard, Phone: 5082336104
 
E-Mail Address
michael.w.vincent.civ@mail.mil, george.h.bernard.civ@mail.mil
(michael.w.vincent.civ@mail.mil, george.h.bernard.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Data Requirements Lists (CDRLs) A001 - A004 Technical Exhibit 4 - iWatch training reference material. Explains required Physical Security Awareness on all military locations Technical Exhibit 3 - Annex G, Snow and Ice Removal Performance Work Statement (PWS) including Local and IMCOM Standards Technical Exhibit 2 - Common Level of Support for Snow Removal - CLS 408 Technical Exhibit 1 - USAG-Natick Snow Plan including Area Maps Attachment 8, Addendum to FAR Clause 52.212-4 Attachment 7, Service Contract Act Wage Determination 15-4055 (Revision 9) Attachment 6, Solicitation Clauses Attachment 5, Pricing Schedule Attachment 4, Past Performance Questionnaire Attachment 3, Quotation Submission Requirements Attachment 2, Contractor Site Access Form Attachment 1, Performance Work Statement - Annex A Combined Synopsis/Solicitation W911QY19Q0002 Pavement Management and Snow Removal Service for the Army Family Housing Areas in Hudson, MA; Natick, MA; and Needham, MA 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. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotes (RFQ); Quotation number is W911QY19Q0002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective August 31, 2018. The US Army Natick Soldier Systems Center plans to award a single fixed priced contract for Pavement Management and Snow Removal Service for the Army Family Housing Areas in Hudson, MA; Natick, MA; and Needham, MA. The Government reserves the right to removal any of the Army Family Housing Areas from the Contract. The Period of Performance is from Date of Contract Award through 30 Apr 2019. This is a total small business set-aside using Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13 under NAICS code 561210 - Facilities Support Services. The small business size standard is $38,500,000.00. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall perform the Pavement Management and Snow Removal Service in accordance with Performance Work Statement Annex A (Attachment 1) and the additional documents listed in within Annex A. 2. List of Solicitation Attachments, Technical Exhibits (TE) and Contract Data Requirements Lists (CDRL). Attachment 1, Performance Work Statement - Annex A Attachment 2, Contractor Site Access Form Attachment 3, Quotation Submission Requirements Attachment 4, Past Performance Questionnaire Attachment 5, Pricing Schedule Attachment 6, Solicitation Clauses Attachment 7, Service Contract Act Wage Determination 15-4055 (Revision 9) Attachment 8, Addendum to FAR Clause 52.212-4 Technical Exhibit 1 - USAG-Natick Snow Plan including Area Maps. Technical Exhibit 2 - Common Level of Support for Snow Removal - CLS 408. Technical Exhibit 3 - Annex G, Snow and Ice Removal Performance Work Statement (PWS) including Local and IMCOM Standards. Technical Exhibit 4 - iWatch training reference material. Explains required Physical Security Awareness on all military locations. Contract Data Requirements Lists (CDRL) A001 - Quality Control Plan (QCP) Contract Data Requirements Lists (CDRL) A002 - Safety Plan Contract Data Requirements Lists (CDRL) A003 - Spill Plan Contract Data Requirements Lists (CDRL) A004 - Damage Report 3. Additional terms and conditions are contained in the clauses incorporated by reference or by full text in Attachment 6 Solicitation Clauses. 4. Contract Line Items will be as follows: 0001 - Pavement Management and Snow Removal Service (See Pricing Schedule) 0002 - Contractor Manpower Reporting (This CLIN is Not Separately Priced) 5. The intention of the Government is to award a single fixed priced contract to Pavement Management and Snow Removal Service. The Government reserves the right to award no contracts from this combined synopsis/solicitation as determined to be in the Government's best interest. SITE VIST: A Site visit will be held on 19 November 2018 at 9:00 AM EST. All parties shall meet Bruen Road, Hudson, MA 01760 in the Housing Area. From Hudson, MA; we will proceed to 2-12 East Militia Heights in Needham, MA; and then to General Greene Ave, and Heritage Lane in Natick, MA. Interested parties shall fill out NSSC Contractor Access Request Form and e-mail to Mr. George Bernard at George.H.Bernard.civ@mail.mil and Mr. Michael Vincent at Michael.W.Vincent.civ@mail.mil prior to 2:00 PM EST, 16 November 2018 of their intent to attend the site visit. Please also include your Company's CAGE Code in the e-mail. SUBMISSION REQUIREMENTS: Quotation shall be submitted in accordance with Quotation Submission Requirements (Attachment 3). The Pricing shall be submitted using the Pricing Schedule, Attachment 5. The responses to this combined synopsis/solicitation shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the quotation number "W911QY19Q0002 AFH Snow Removal". Quotations may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your proposal. EVALUATION CRITERIA: BASIS FOR AWARD: Quotations will be evaluated in accordance with FAR 52.212-2 Evaluation - Commercial Items in Attachment 6. The Contracting Officer may only award a contract to a responsible vendor whose quotation conforms to this combined synopsis/solicitation and offers the best overall value to the Government. Any Offeror's quotation that merely offers to perform work according to the terms of the RFQ or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive. CLAUSES AND PROVISIONS: See Attachment 6 Solicitation Clauses SUBMISSION OF PROPOSALS: Quotes shall be submitted electronically via e-mail to George.H.Bernard.civ@mail.mil and Michael.W.Vincent.civ@mail.mil. The e-mail Subject Lines shall contain "W911QY19Q0002, AFH Snow Removal". All proposals shall be submitted by November 27, 2018 by 2:00pm Eastern Time. Quotations will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their quotation submission has been received. QUESTIONS: Questions regarding this acquisition may contact Michael Vincent and George Bernard above listed email addresses. Questions must be received no later than seven (7) business days prior to date for receipt of quotations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c9d546d7e562cbc543a48c51aa05a75)
 
Place of Performance
Address: Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN05149548-W 20181114/181112230038-5c9d546d7e562cbc543a48c51aa05a75 (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.