Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2021 SAM #7175
SOLICITATION NOTICE

S -- Snow and Landscaping Services at Littleton, NH

Notice Date
7/22/2021 8:14:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0021R0059
 
Response Due
8/11/2021 11:00:00 AM
 
Archive Date
12/31/2021
 
Point of Contact
Brooke Harris, Phone: 8572466622, Simeon Berry, Phone: 6175658618
 
E-Mail Address
brooke.harris@gsa.gov, simeon.berry@gsa.gov
(brooke.harris@gsa.gov, simeon.berry@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, 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. The Public Buildings Service (PBS) of the General Services Administration (GSA), New England Region, Contract Operations Branch, 1PQB intends to issue a Request for Proposal (RFP) for Snow Removal and Landscaping Services at the SSA Building at 177 Main Street, Littleton, NH, 03561 (NH0033ZZ). This acquisition is for a performance-based contract, solicited, evaluated, awarded, and administered using the Commercial Item procedures of FAR Part 12 and FAR Part 13, for management, supervision, labor, materials, equipment, and supplies. The contractor under the resulting contract will be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and minor repairs of equipment and systems located within the property line of the aforementioned federal building. The Government anticipates awarding a single Firm-Fixed Price contract with contract line items for recurring services and with Indefinite Delivery, Indefinite Quantity (IDIQ) contract line items for additional and above standard services. Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract (i.e. under the firm-fixed price contract line items). This will be a Performance-Based Service Contract, which means that the GSA will provide a Performance Work Statement (PWS) which will state the GSA's requirements in terms of performance standards and the Contractor will provide a proposal that will demonstrate how they will meet those standards. This procurement will be a 100% Total Small Business Set-aside, and will be open to all Small Business concerns with a NAICS code of 561790. The NAICS code for this project is 561790, �Other Services to Buildings and Dwellings,� and the size standard is $8 Million. This procurement is being solicited and awarded on a competitive basis for commercial services pursuant to Part 12 and FAR Part 13 of the Federal Acquisition Regulation. Award of the Contract will be made to the proposal offering the Best Value to the Government and based upon the evaluation factors and evaluation scheme to be detailed in FAR Clause 52.212-2 of the Request for Proposals. Past Performance will be among the evaluation factors for award and the methodology of evaluating the Past Performance of offerors shall be included in FAR Clause 52.212-2 of the solicitation/Request for Proposals. The anticipated period of performance is a 1-year base period from November 1, 2021 through October 31, 2022 with four (4) 1-year option periods. The solicitation (in the form of a Request for Proposals or �RFP�) is anticipated to be posted Thursday, July 22, 2021. A Site Visit at the property is scheduled for Wednesday, July 28 2021 at 9:00 am. Submission of questions are due Wednesday, August 4, 2021 No Later Than 12:00 pm. The Proposal Due Date is Wednesday, August 11, 2021 at 2:00 pm. Award is anticipated to be on or about September 7, 2021, with services starting on November 1, 2021. Registration is required for anyone intending to attend the Site Visit. Offerors are requested to limit attendance at the Site Visit to not more than three (3) people. Offerors who wish to attend the Site Visit shall email the Contract Specialist (brooke.harris@gsa.gov) with the names, titles, and company affiliations of the individuals attending. The Contract Specialist will confirm receipt. To request a reasonable accommodation due to a disability, contact the Contract Specialist. The solicitation will be available to download via this website only (https://beta.sam.gov/). The offeror is responsible for downloading its own copy of the RFP and associated documents. It is the responsibility of each offeror to monitor https://beta.sam.gov/ for any amendments or other information related to this solicitation. SSA Trust Fund Building 177 Main Street Littleton, NH 03561 Building Number: NH0033ZZ Exterior Request for Proposal (RFP) for Performance-Based � Commercial Items Procurement for Snow Plowing and Landscaping Services at the Social Security Administration Office in Littleton, New Hampshire. This procurement is 100% Small Business Set-aside. The NAICS code for this project is 561790, �Other Services for Buildings and Dwellings�, and the size standard is $8 million.� Qualified firms must be able to perform mechanical maintenance over a a sustained period of 5 years or more. This is a follow-on requirement for the subject building. Snow Plowing. �Snow plowing shall commence when local accumulation reaches two (2) inches. Snow plowing shall be accomplished by the contractor to maintain safe passage for access into buildings, parking areas, roadways, approaches, vehicular courts, ramps, etc. In the even of icy rain or snow, sanding shall commence to maintain a safe passage on all paved parking lots, driveways, ramps and walkways. Snow Removal. Snow must be removed from the site when the accumulation exceeds that which can be pushed off of the roads, parking areas, ramps and walkways without blocking traffic, parking spaces and pedestrian thoroughfares or impedes the visibility of vehicular operators or pedestrians. The Contractor shall furnish the necessary labor, heavy equipment and other items needed to clean and/pr haul snow and ice from parking areas, roads, driveways, plaza areas, etc. when an order is issued. Heavy equipment included ride on equipment such as front-end loaders, backhoes, bobcats, snowplows, etc. Parking areas: 5,495 square feet. Sidewalks (including entrances): 1,210 square feet. Entrance Steps: 100 square feet. Landscaping Services: The Contractor shall provide all labor, equipment, materials, supplies, tools, supervision and oversight to maintain all plants, trees, shrubs, ground cover, and lawns in a manner that prolongs life and sustains a healthy appearance. The Contractor will perform mulching, mowing, edging, and watering. Areas for Landscaping are as follows: Outside Grounds Policing: 22,255 square feet. Trees: 3 each. Shrubs: 13 each. Turf & Soil Area: 15,550 square feet The incumbent contractor is: Dalton Mountain Landscaping LLC 41 Whitefield Rd New Hampshire 03598 DUNS: 079239094
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22f0c75bcf6a4f12890e1bbfba7e89af/view)
 
Place of Performance
Address: Littleton, NH 03561, USA
Zip Code: 03561
Country: USA
 
Record
SN06070288-F 20210724/210722230121 (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.