Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

Z -- Snow removal RFQ - combined syn/sol

Notice Date
10/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
 
ZIP Code
52246
 
Solicitation Number
VA-263-09-RQ-0389
 
Archive Date
11/30/2009
 
Point of Contact
Matthew R HartmanContract Specialist
 
E-Mail Address
Contract Specialist
(matthew.hartman@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SNOW REMOVAL AT VA MEDICAL CENTER IOWA CITY, IOWA 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; offers are being requested and a written solicitation will not be issued. This solicitation number: VA-263-09-RQ-0389 is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36. The North American Industry Classification System Code (NAICS) code is 561790 with a size standard of$6.5 million. The VA Medical Center in Iowa City, Iowa, has a requirement to procure services for snow and ice removal from the parking lots, streets, and walkways of the medical center. This is the scope of work: SNOW/ICE REMOVAL SCOPE OF WORK Provide all labor, equipment, tools, materials, and supervision necessary to remove snow and ice from all roadways, parking lots, sidewalks, steps, ramps, landings, crosswalks, and entryways at the VA Medical Center, Iowa City, IA, for the period(s) stated in the schedule. 1.The Contractor shall remove snow and ice by plowing, blowing, brushing, sweeping, shoveling, or other suitable means not harmful to the traffic surface as necessary in order to produce and maintain safe passage of pedestrians and vehicles. 2.The Contractor shall apply sand, salt, etc., to treat the existing or developing unsafe conditions to produce safe passage of pedestrians and vehicles. The materials used by the Contractor shall not be damaging to the surface receiving the materials. Most generally the VA will supply deicing material. 3.All equipment used and stored, all materials used and stored, and all removal methods used to displace snow and ice from surfaces shall be done in such a manner as to not cause damage to grass (turf), landscaping, trees, shrubs, vehicles, structures, fixtures, and people. Pertinent codes and regulations shall be adhered to such as EPA, NFPA, etc. 4.Snow and ice shall be placed in piles at designated locations specified by the VA Medical Center. The Contractor may be asked to haul snow away from VA property. 5.The Contractor shall take action within one (1) hour from the time of notification by the Contracting Officer's Technical representative (COTR) or designee to treat traffic surfaces and action shall be continuous until treatment is no longer necessary. Notification can occur at any time, 24 hours a day, seven (7) days a week, including Holidays. 6.All work shall be performed in the order prescribed by the VA using a checklist and plot plan. The order of work may vary from one snowfall to the next. 7.In the event of special circumstances, i.e. the snow turning to rain or freezing rain making removal efforts ineffective, permission may be sought from the COTR or designee to discontinue the plowing or the de-icing or both. 8.Each snow/ice abatement call requires the inspection and acceptance of the COTR or designee upon completion before payment for that work can be authorized. 9.Walks and roadways shall have de-icing materials applied by a spreader-sander. De-icing materials shall be applied to steps and landings by hand. Entryways and ramps shall receive de-icing materials by hand or spreader as dictated by ease of access. Application by any method shall not be of a clumping effect. 10.All fire hydrants/fire lanes shall be kept clear of ice/snow and obstructions. 11.All tables, benches, trash receptacles, smoke shelters, and bus stops shall be kept clear of ice/snow and obstructions. 12.Excessive buildup of sand and debris which may cause unsafe passage of pedestrians and vehicles shall be removed within one (1) hour from the time the Contractor is notified by the COTR or designee. 13.Roadway entrances/exits, bus stop passageways, sidewalks, and walkways obstructed by State and City snow plowing operations shall be kept clear by the Contractor. 14.Snowmelt material shall be comparable to that used by the VA Medical Center if the Contractor has to supply it. 15.Equipment used shall be comparable or better than that used by the VA Medical Center in the past. Review of equipment included in the walkthrough. Example: Tractor - 18 horsepower, 51" rotary broom, 54" front blade; uniloader - 44 horsepower, 54" bucket; dump truck with sander and blade - truck GVWR 11000, dump box 2-3 cu. yd., sander 2-3 cu. yd., blade 8 ft. 16.Manpower and equipment used shall be sufficient to provide an initial clean sweep of the VA Medical Center in three (3) hours. 17.VA Medical Center will provide space in Building 20 for Contractor to store snow removal equipment if needed: "one garden-type tractor with blade "one snow blower "one dozen bags de-icer "one skid loader "gasoline and/or diesel cans of OSHA-approved safety type. All equipment will be filled out of doors. Safety cans will be stored in flammables storage cabinet provided by the VA. 18.VA Medical Center will provide space in close proximity to Building 20 for Contractor to store sand/salt pile. 19.VA Medical Center will provide key to Contractor for access to Building 20 during snow removal plus gate card to have access to parking lots and the medical center entrance. These will be checked out and back in through the Boiler Plant. 20.The Contractor will check in through the Boiler Plant upon arrival to do snow removal, check out the key and gate card assigned. 21.The Contractor will check out through the Boiler Plant when ready to leave the medical center upon completion of snow removal and return key and gate card. 22.Whenever the work requires the Contractor to gain temporary access to government controlled spaces, the Facility Management Engineer will issue necessary keys/cards to the Contractor. The keys/cards issued are and remain government property. The Contractor or his representative will be required to sign in receipt of any keys/cards issued and is responsible for returning them to the Facility Management Engineer. In cases where keys/cards are lost or not returned to the government, funds in the amount of $100.00 for each key/core unit will be retained from the contract. The number of key/core replacements necessary to affect resecuring the areas will determine the total contract retainage. 23.There will be a Snow Removal Time Sheet to be filled out at the end of each snow event. This will document what equipment was used, how much time was spent, and each individual who worked. This will correspond to the invoice received for payment for each snow event. This Time Sheet will be left with the COTR. After reviewing the Time Sheet, any additions or corrections will be forwarded to the Contractor. Invoice for payment will then be submitted in a timely manner. SCHEDULE: Contractor to provide all labor, equipment, tools, materials and supervision necessary to remove snow and ice from all roadways, parking lots, sidewalks, steps, ramps, landings, crosswalks, and entryways in accordance with the scope of work at the DVA Medical Center, Iowa City, Iowa. BASE YEAR:October 19, 2009 through September 30, 2010 DESCRIPTIONEST. QTYEST. UNITESTIMATED UNIT PRICEESTIMATED TOTAL COST 1. Skid Loader100Hr$ ____________$ _______________ 2. Truck/Blade100Hr$ ____________$ _______________ 3. Garden Tractor100Hr$ ____________$ _______________ 4. Sander on Truck70Hr$ ____________$ _______________ 5. Shoveling100Hr$ ____________$ _______________ 6. Sand50Loads$ ____________$ _______________ 7. Haul Snow with Truck40Loads$ ____________$ _______________ 8. Snow Blower10Hr$ ____________$ _______________ 9. Spreader 50Hr$ ____________$ _______________ 10. LaborHr$_____________$________________ TOTAL$ _______________ OPTION YEAR #1:October 1, 2010 through September 30, 2011 DESCRIPTIONEST. QTYEST. UNITESTIMATED UNIT PRICEESTIMATED TOTAL COST 1. Skid Loader100Hr$ ____________$ _______________ 2. Truck/Blade100Hr$ ____________$ _______________ 3. Garden Tractor100Hr$ ____________$ _______________ 4. Sander on Truck70Hr$ ____________$ _______________ 5. Shoveling100Hr$ ____________$ _______________ 6. Sand50Loads$ ____________$ _______________ 7. Haul Snow with Truck40Loads$ ____________$ _______________ 8. Snow Blower10Hr$ ____________$ _______________ 9. Spreader 50Hr$ ____________$ _______________ 10. LaborHr$_____________$________________ TOTAL$ _______________ This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1, Instructions to Offerors- Commercial Items (June 2008); 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009)copy to be submitted with your quotation; 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Aug 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (April 2009) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; and the following VAAR 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, Warranty 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Responses shall include information which demonstrates the Offeror's capabilities, and shall identify where the offered service meets or does not meet the Governments performance specifications listed herein. Quote is due by 3:00 pm CT on Thursday, October 15, 2009. Quote may be mailed or emailed to MATTHEW R HARTMAN at the Department of Veterans Affairs, Contract Management (90C), 601 Hwy 6 West, Iowa City, IA 52246 e-mail: matthew.hartman@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA-263-09-RQ-0389/listing.html)
 
Record
SN01978468-W 20091003/091002000148-f46a59013fbf00f88d4d28efb99aadfa (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.