Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2003 FBO #0446
SOLICITATION NOTICE

Z -- Clean gutters in the eight (8) housing areas located at the United States Military Academy.

Notice Date
2/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, United States Military Academy, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
DABJ4503-R-0006
 
Archive Date
5/12/2003
 
Point of Contact
Karen Finley, 8459388175
 
E-Mail Address
Email your questions to ACA, United States Military Academy
(Karen.Finley@usma.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NA The Contractor shall provide all labor, material, equipment, tools and supervision necessary to clean the gutters in the housing areas at the United States Military Academy (USMA), West Point, New York 10996. The Contractor shall clean the gutters, downs pouts and associated components twice annually, once in the Fall and once in the Spring. In conjunction with the Spring cleaning, the Contractor shall inspect the gutters, downspouts and associated components and submit a written report of deficiencies fo und. The Government reserves the option of selecting the order and identification of specific houses to be serviced under this contract. At no cost to the Government, family housing units may be temporarily removed from this service contract due to constructio n or maintenance projects, which reduces accessibility to these units. Housing Areas: There are eight (8) housing areas at USMA, comprised of approximately two hundred thirty-nine (239) houses and one hundred three (103) garages and sheds. The housing areas are: 1. Stony Lonesome I ? eighty-seven (87) housing units, 2. Lee ? sixty-five (65) housing units, 3. Lusk ? fifteen (15) housing units, 4. Old Brick ? seven (7) housing units, 5. Merritt Road ? twelve (12) housing units, 6. Biddle Loop ? seventeen (17) housing units, 7. Washington Road ? six (6) housing units, and 8. Band Area ? thirty (30) housing units. Scheduling and Resident Notification: The Contractor shall schedule and coordinate services with the COR forty-eight (48) hours prior to any work being performed. The Government will then provide initial notification to the residents of the work to be pe rformed, the projected timeframe, and the identification of the Contractor, and will note that the Contractor shall contact them directly. The Government will also inform each resident that they are responsible for removing their personal property (flower boxes, picnic tables, vehicles, animals, toys, etc.) to allow the Contractor to perform this work. The Government will not schedule work with the residents. After the initial notification by the Government, the Contractor shall notify each resident a minimum of ten (10) minutes prior to performing any services. Notification may consist of knocking on residents? doors. Cleaning: The Contractor shall remove all debris from gutters, downspouts, roofs, Government owned storage shed roofs and associated components such as valleys, elbows, scuppers, and splash blocks. Upon completion, the Contractor shall assure that: 1. There are no visible signs of debris adjacent to the areas cleaned, and 2. The gutter system and roofs shall be free of debris, allowing water to flow freely off the roofs and away from foundations. The Contractor shall remove downspouts from foundation drain systems at or above ground level and identify clogged or collapsed footing drains that restrict the flow of water away from foundation. The Contractor shall reinstall gutters, downspouts, and el bows, and align splash blocks disrupted or dislocated by the cleaning service. The Contractor shall not dispose of debris in garbage cans, and / or dumpsters in the housing areas. The Contractor shall notify the COR prior to 4:30 P.M. daily of any conditions / incidences discovered during the cleaning process which may cause damage to the building(s) or a hazard to the residents. Inspections: The Contractor shall inspect gutters, downspouts and associated components during the Spring cleaning and prepare a written inspection report, which describes the deficiencies found for each family housing unit. The Contractor shall provide the written inspection reports to the COR within thirty (30) days after completion of the inspection. A separate report shall be provided for each building and garage. Reports shall include the following, at a minimum: 1. Quarters or garage number, 2. Location of deficiency (ex: rear / front of building and quarters number), 3. Date of inspection, and 4. Type of deficiency. Deficiencies: Gutter leaking, loose, bent, crushed or missing, Downspout leaking, loose, bent, crushed or missing, Downspout that is sleeved and clogged, Elbow bent, crushed or missing, Connection bent, crushed or missing, End cap bent, crushed or missing, Splash block ? missing, cracked, broken, or not applicable, Guard broken or missing, Bracket broken or missing, Strap broken or missing, and Limbs overhanging gutter. Period of Performance: The Contractor shall clean gutters in family housing twice per year, in the Fall between November 15 & December 15, and in the Spring between April 1 & May 1. The Contractor shall inspect the gutters in the Spring. Hours of Operation / Work Days: The Contractor shall perform cleaning and inspection services in the housing areas during the hours of 8:30 AM - 4:00 P.M. The Contractor shall perform these services Monday through Friday, excluding Federal holidays. Invoices: The Contractor shall submit an informational invoice to the Government Representative, including the contract number, item number, (0001) housing area description (Stony Lonesome I, Area A), and the work completed. Government Furnished Property and Services: Compost and Transfer Station - The Contractor may use the Compost and Transfer Station for disposal of debris collected during the cleaning operations, at no cost. The Contractor shall separate compostable materials items such as leaves, branches, and lim bs. Utilities - The Government will make cold water from exterior spigots or fire hydrants available to the Contractor. The Contractor shall supply all adapters and hoses. Contractor Furnished Items: The Contractor shall furnish all materials, supplies, equipment and vehicles necessary to perform the requirements of the contract, unless specifically identified as Government furnished. Contractor furnished property and serv ices shall be compatible with existing Government systems. Contract Manager: The Contractor shall designate a representative, hereinafter called the Contract Manager. The Contractor shall designate the Contract Manager in writing to the KO, within ten (10) calendar days after the contract is awarded. The Contra ct Manager shall have full authority to direct the work, and to ensure personnel and equipment are in compliance with contract requirements. Personnel Requirements: The Contractor shall provide a work force possessing the skill, knowledge and training to satisfactorily perform the services required by this contract. Personnel performing work under this contract shall remain employees of the C ontractor and will not be considered employees of the Government. Identification: The Contractor shall provide an identification badge for each employee performing services under this contract. The identification badge shall include the Contractor?s name, a two inch by two inch (2? X 2?) photo of the employee, the empl oyee?s name, contract number, and project description. Each Contractor employee shall conspicuously display on his or her person the identification badge, while performing work under this contract. Personal Appearance: Contractor personnel shall wear shirts at all times. Contractor personnel shall not wear trunks or cut-off, un-hemmed pants while performing services under this contract. Parking: There is limited parking available in the housing areas. The Contractor shall park no more than two (2) Contractor owned vehicles at the work site at any given time. The Contractor shall park other Contractor owned and / or employee vehicles at the parking lot at the south end of USMA. Safety: The Contractor, in performing this contract shall provide for protecting the lives and health of employees and other persons, preventing damage to property, materials, supplies and equipment, and avoiding work interruptions for these purposes. The Contractor shall comply with all Federal, State and local safety and environmental pollution standards and laws, including, but not limited to the following: 1. 29 CFR 1910 - OSHA Safety and Health Standards, and 2. Environmental Protection Act. Emergency Medical Care: The facilities of the USMA Keller Army Community Hospital (Building 900) are available for use by the Contractor only for emergency treatment of Contractor personnel injured during the performance of this contract. Charges to the Contractor for use of this facility will be at prevailing rates for the service provided. Billing and payment shall be arranged by separate transaction between Keller and the Contractor. Restrooms: The Contractor shall use public rest rooms.
 
Place of Performance
Address: ACA, United States Military Academy Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
Country: US
 
Record
SN00261544-W 20030221/030219213519 (fbodaily.com)
 
Source
FedBizOpps.gov 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.