Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOLICITATION NOTICE

Z -- Arapaho-Roosevelt National Forest, Brainard Lake Recreation Area, Gateway Trailhead Snow Removal

Notice Date
10/28/2020 12:46:13 PM
 
Notice Type
Presolicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
USDA-FS, CSA INTERMOUNTAIN 5 Ogden UT 844012310 USA
 
ZIP Code
844012310
 
Solicitation Number
1240LQ21Q0001
 
Response Due
11/2/2020 9:00:00 AM
 
Archive Date
11/17/2020
 
Point of Contact
John Myers
 
E-Mail Address
john.myers@usda.gov
(john.myers@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Arapaho Roosevelt National Forests, Boulder Ranger District has a multi-year requirement for snow removal services, which is intended to allow the general public safe access to parking spaces throughout the winter season at the Brainard Lake Recreation Area Gateway Trailhead. The work will consist of: Automatic Snow Removal Contractor shall determine snow accumulation based on weather data, local contacts, and local observations and shall self-dispatch when snow depth is greater than five (5) inches. Plowing shall be performed on all paved surfaces � parking spaces, driving lanes, and access road, but not on the County road. Plowing shall be performed within 24 hours of accumulation of five (5) inches or more of snow, created by any means (wind or snow fall). Plowing shall be performed once per event and repeated as necessary should an additional five (5) inches of snow accumulation occur. Snow shall be pushed from the pavement to on-site storage areas provided immediately adjacent to the parking areas, in parking islands, and around the perimeter of the parking lot. Plowing may be performed at any time, day or night. Plowing is required on weekends and holidays as necessary should accumulation of five (5) inches or greater of snow occurs. Snow shall be stored off the pavement in a manner that shall not: Interferes with the ingress/egress, Affects the use of this facility, and; Limits sightlines, visibility and/or causes safety related issues at intersections or on Government property. Plows shall maneuver around all vehicles in a manner that must not damage the vehicle or impede its exit from the parking spot.� Any damaged caused by services provided by the contractor, shall be the contractors responsibility. For On-Call Snow Removal For events or other needs outside of the normal automatic snow plowing as detailed above, as determined by the Government. On-Call Snow�Removal must be completed within 24 hours of the initial request. Automatic Ice Removal/Treatment Contractor shall determine site conditions based on weather data, local contacts, and local observations and shall self-dispatch when ice build-up exceeds safe levels. Ice removal shall be done using any non-chemical treatments, such as the application of sand or mechanical removal, in such a way that the pavement will not be damaged. For On-Call Ice Removal For events or other needs outside of the normal automatic ice removal/treatment�as detailed above, as determined by the Government. On-Call Ice Removal must be completed within 24 hours of the initial request. Contractor shall have the ability and equipment necessary to pick up and lift excess snow, such that snow can be moved to the on-site storage areas, if necessary. � � � �4.� If the facility is closed for any reason, services are not required and the contractor shall be� � � � � � � � � � � � � notified.� The contractor will be notified upon reopening and shall resume normal services. Prospective contractors should be registered under NAICS code 561790 � Snow plowing driveways and parking lots (i.e. not combined with any other service).� Ensure your registration is updated to include this code, as an eventual award may be precluded if it is not correct.� The requirement will be solicited under FAR Part 12, using FAR Part 13 � Simplified Acquisition Procedures, and will be set aside for Total Small Business concerns as required by FAR 13.003 (b), under the NAICS Code 561790. The complete solicitation package is 100% complete and will be attached and made available only through the betaSAM website at https://beta.sam.gov/ on or after November 2, 2020. Anyone wishing to participate in this proposed procurement must obtain their copy from betaSAM. Copies will not be mailed from the Contracting Office. All amendments will be posted on betaSAM. Contractors will be solely responsible for obtaining amendments from this site to update files. NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database will cause your firm to be ineligible for the award and removed from consideration.� The contractor is encouraged to update SAM Profile to include appropriate NAICS code for this requirement, if not already listed in their SAM registration.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb4c4a7aeaea48b5a0a2198dfe67a424/view)
 
Place of Performance
Address: Ward, CO 80481, USA
Zip Code: 80481
Country: USA
 
Record
SN05839910-F 20201030/201028230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.