SOLICITATION NOTICE
S -- Snow Removal Services - Attachments to solicitation
- Notice Date
- 11/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, Air Station Cape Cod, Bldg. 5215, Cape Cod, Massachusetts, 02542
- ZIP Code
- 02542
- Solicitation Number
- HSCG24-10-Q-1SA528
- Archive Date
- 12/23/2009
- Point of Contact
- Linda A. Clarke, Phone: 5089686756, Gerry Fortin, Phone: 5089686499
- E-Mail Address
-
linda.a.clarke@uscg.mil, Gerald.J.Fortin@uscg.mil
(linda.a.clarke@uscg.mil, Gerald.J.Fortin@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- drawing wage determinaton This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quotation for the required services under RFQ HSCG24-10-Q-1SA528. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The Contracting Office at the United States Coast Guard, Air Station Cape Cod intends to award a contract for snow removal services as follows: In addition the attached wage determination is applicable: Contract Line Item 0001: Remove Snow to 95% clear for all parking lots listed in the priority listed ; And in accordance with the specifications and general provisions that follow. Approximate Parking Lot Area PriorityBuilding NumberBuilding NameSQ-YDAcres 15201Medical Clinic38000.8 25205Child Development Center (CDC)30000.6 35203Exchange/grocery store81001.7 45202Mini-mart/gas station61001.3 55215Facility Engineering62001.3 63456Electronics Support Detachment (ESD) and Recycling Road.35000.7 75200Northeast Regional Fisheries Training Center (NRFTC)54001.1 83446/3426Port Security Unit (PSU)120002.5 93438Armory/Shooting Range6000.1 105204Temporary Quarters6000.1 113350Golf Course Club House57001.2 121004Chapel60001.2 135210Crosswinds Activity Center61001.3 145219Theater21000.4 Cost per Mobilization/Pass$_________ (As defined in specifications Part 2) Total Contract Price $_________ (Based on the formula below) Expected Mobilizations/Passes Per Storm2 Expected Storms based on five year average9 2x9xCost/Mobilization SECTION 1 - GENERAL PROVISIONS 1.1SCOPE: These specifications and the accompanying drawing supply pertinent information for accomplishing snow removal for parking lots at Air Station Cape Cod. These services shall be provided in accordance with all applicable state and federal regulations by a licensed professional. The contractor shall furnish all supervision, labor, material, and equipment to complete the work described herein. 1.2DESCRIPTION OF WORK: The work under this contract consists of supplying snow removal services for parking lots on the Massachusetts Military Reservation. Pavement and parking lot areas requiring snow removal are as indicated on the drawing provided. No salt, sand, or chemical agents are to be applied by the contractor. 1.3LOCATION: Work is to be performed on Coast Guard owned facilities on the Massachusetts Military Reservation, Bourne, MA, per the attached drawing. 1.4TERM OF CONTRACT:The term of this contract is from date of award (approximately December 2009) through 1 April, 2010. 1.5CONTINUED USE OF FACILITIES: During execution of this contract, the parking lots and associated buildings will continue to be occupied and/or used. Work will be performed in an orderly manner with minimum disturbance and inconvenience to the occupants. The contractor will coordinate all work activities and access to the work area with the Contracting Officer Technical Representative (COTR). 1.6INSPECTION BY THE GOVERNMENT: The Contracting Officer (KO) or the Contracting Officer Representative (COTR) will inspect all of the contractor’s work. All required remedial work shall be the responsibility of the contractor with no additional cost to the government. 1.7INSURANCE: The contractor shall provide and maintain general liability, auto liability, and Worker’s Compensation insurance in the following amounts: 1.7.1General Liability: $2,000,000 minimum. 1.7.2Commercial Auto Liability: Commercial automobile insurance coverage, not less than $1,000,000 applying to all owned, non-owned or hired vehicles used in conjunction with this contract. 1.7.3Workers Compensation: As required by the State of Massachusetts 1.7.4Licenses: All owned, non-owned or hired vehicles used in conjunction with this contract shall be operated by individuals in possession of valid licenses for the type of vehicle they are operating. 1.8SITE VISIT: 1.8.1In accordance with FAR 52.237-1 SITE VISIT (APR 1984) (Deviation) 1.8.2Offerors are urged and expected to inspect the site where services to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. 1.8.3The site visit is scheduled for Wednesday, December 2, 2009 at 10:00 AM at U.S. Coast Guard Air Station Cape Cod, MA. To arrange attendance at the site visit, please contact Linda Clarke at Linda.a.clarke@uscg.mil, or 508-968-6756 to identify the names of the attendees. The cutoff for registration will be 12 noon, Wednesday, November 25, 2009. 1.9SECURITY REQUIREMENTS: 1.9.1In order to provide access to the MMR, the following information shall be provided to the Contracting Officer or the COTR no later than five (5) business days after the contract is awarded: aEmployee name bSocial Security Number (SSN) cCitizenship (U.S. or legal alien) dVehicle Registration eMake fYear gModel and Color 1.9.2After processing and receiving MMR access, the Contractor shall ensure that all employees, subcontractors and support personnel receive passes from the EH&S Office. 1.10PROTECTION OF PROPERTY: All existing property shall be protected from any damage resulting from contract operations. The Contractor shall be responsible for damages caused by the Contractor or his employees. END OF SECTION SNOW REMOVAL SPECIFICATIONS 2.1Contractor shall remove and keep clear snow from all parking areas in the priority listed on the attached drawing. 2.1.1Access driveways – All access driveways from a road to the parking lot shall be cleared to 95% clear standard. The Contractor shall not pile snow or leave wind rows on roads. 2.1.2Fire Hydrants and Sprinkler Valve Openings – All fire hydrants and sprinkler valve openings shall be kept free and clear of ice and snow. No snow shall be piled against these areas. 2.1.3Contractor shall pile snow in areas approved by the government. 2.2Contractor shall supply all labor, snowplows, front end loaders, dump trucks, snow blowers and safety equipment as required to remove snow to 95% complete within each parking lot listed on the drawing. This contract is for snow removal operations only. No chemical, salt or sand are to be spread. Chemical, salt and sand services will be provided by separate Coast Guard crews. 2.3Contractor shall commence services only upon activation by the Contract Officer or Contract Officer Representative. The Contractor shall be onsite within one hour of contact from the Contracting Officer or designated representative with all necessary equipment. 2.4BILLING: Billing shall be based on a mobilization or pass for snow removal of all parking lots listed. A mobilization is all snow removal process, plowing, snow blowing required to remove all snow on the lot to 95% exposed pavement. 2.5The typical required service is as follows: 2.5.1Typical storm averages at Air Station Cape Cod include 9 storm events and 35 total inches of snow (taken from 5 year history). The average storm event is 4 inch of accumulation over an approximate12 hour storm. Every storm is different, yet the Contractor can plan on two mobilizations per storm, one mobilization midway through the storm and one at the end of a storm. 2.5.2Mobilization before normal business hours. Business hours are 0630 to 1630, Monday through Friday and 0800 to 1500 on weekends and holidays. 2.6Ongoing operations: The Coast Guard will be operating snow removal machines to plow major roads and intersections within the owned areas of the Massachusetts Military Reservation. The Coast Guard crews are also responsible for salting and sanding roads, intersections, and parking lots once clear. The Contractor shall work in conjunction with the ongoing snow removal operations for the roads and intersections. The Contractor shall take all precautions to maintain safe distances from ongoing snow operations for roads and intersections. The Contractor shall not pile or plow snow or wind rows into roads for the Coast Guard crews to clean up. 2.7The contractor is responsible for damage to property (signs, railing, light poles, fences, trees, curbing, plants, planters and grass) resulting from snow removal services. The contractor is responsible to report any such damage to the Contracting Officer in writing within 72 hours of said occurrence. 2.8At no time will any employee or agent of the Contractor take directions or instructions from any tenant nor any “special services” provided for any tenant. The contractor shall take direction only from Contracting Officer (KO) and Contracting Officer designated Representatives (COR) 2.9The Contractor shall provide emergency telephone numbers that may be called at any time, 24 hours a day, seven days a week during the snow season. The contractor shall respond within one hour to any call made by the contracting officer or Contracting officers designated representative for snow removal services. COMMERCIAL SIMPLIFIED ACQUISITION ORDER PROVISIONS AND CLAUSES This solicitation/contract incorporates the following provisions/clauses by reference with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/ 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (JUN 2008) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (MAR 2009) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH EXPATRIATES (JUN 2006) HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS HSAR 3052.242072 CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (DEC 2003) The following clause is included and appears in full text. FAR clauses with an “X” indicate they are applicable to this order. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUIVE ORDERS—COMMERCIAL ITEMS. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (SEP 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 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). (applicable over $100K) __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). (use if set aside) __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (applicable over $100K; not applicable to Small Business Set-Asides). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (use when set aside). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (use when set aside). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (applicable over $100K, except when personal services contemplated or performed outside the US). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4). (applicable over $550K and 52.219-8 is used; not applicable to 8(a) set asides) __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (applicable over $100K). __ (10) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (if FAR 52.219-9 is used) __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (applicable over $100K) __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (use when applicable) __ (13) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (use when applicable) __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). (use if set aside) __ (15) 52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C. 632(a)(2)). X__ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). X__ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (use if 52.222-26 is applicable). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (applicable over $10K) __ (20) 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). (applicable over $100K) _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (applicable over $10K) __ (22) 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). (if 52.222-35 is used) __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (applicable over $100K) _X_ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (if 52.223-4 is used and work exceeds $100K) __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). (if energy consuming products list in Energy Star—see FAR 23.203) __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (28) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (JUN 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). (applicable over $25K) __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, ET SEQ., 19 U.S.C. 3301 note). __ (31) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (37) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [CONTRACTING OFFICER CHECK AS APPROPRIATE.] _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, ET SEQ.). (applicable for services over $2500). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, ET SEQ.). (applicable for services over $2500) __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, ET SEQ.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, ET SEQ.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, ET SEQ.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (FEB 2009) (41 U.S.C. 351, ET SEQ.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) COMPTROLLER GENERAL EXAMINATION OF RECORD. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 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). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, ET SEQ.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, ET SEQ.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, ET SEQ.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) ALTERNATE I (FEB 2000). As prescribed in 12.301(b)(4), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to “paragraphs (a), (b), (c), or (d) of this clause” in the redesignated paragraph (d) to read “paragraphs (a), (b), and (c) of this clause.”
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/CGAirStaCapeCod/HSCG24-10-Q-1SA528/listing.html)
- Place of Performance
- Address: United States Coast Guard Air Station Cape Cod, Bourne, Massachusetts, 02542, United States
- Zip Code: 02542
- Zip Code: 02542
- Record
- SN02007806-W 20091121/091120000241-0bf105f53dae01c0377d49da984ce752 (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 |