Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
SOURCES SOUGHT

99 -- SNOW AND ICE REMOVAL SERVICES FOR MISCELLANEOUS BUILDINGS LOCATED ON THE FORT KNOX INSTALLATION.

Notice Date
5/2/2011
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Fort Knox Contracting Center, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-SNOWRMVL2011
 
Response Due
5/13/2011
 
Archive Date
7/12/2011
 
Point of Contact
DOROTHY MCCORMICK, 502-624-8264
 
E-Mail Address
Fort Knox Contracting Center
(dorothy.mccormick@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Fort Knox Mission and Installation Contracting Command is conducting market research in the Fort Knox, Kentucky area, for the following requirement: Snow and ice removal at miscellaneous buildings at US Army Recruiting Command, Fort Knox, KY., during the period 15 November 2011 through 14 November 2012, with (4) one-year option periods. Contractor shall furnish all personnel, management, equipment, transportation, salt and/or sodium chloride to remove snow and ice from sidewalks, handicapped ramps, loading docks and steps on a per job basis, apply salt at buildings listed in the Technical Exhibits within the contract. Vendor shall plow and salt the parking lots at buildings listed in the Technical Exhibits within the contract. All work shall be performed at the areas depicted in Technical Exhibit. A job is defined as the time of contractor's arrival on-site until released by the Government. If the contractor has to return within 2 hours of dismissal, the Government shall consider this to be the same job. LOCATION: The site of work is within the boundaries of the Fort Knox Military Reservation, approximately thirty (30) miles south of Louisville, Kentucky. HISTORICAL DATA: The heaviest accumulation of snow and ice for this area occurs January through February during winter storms. Thawing and freezing temperatures during the winter months often causes slippery patches that can be hazardous to personnel. HOURS OF OPERATIONS: Routinely, services shall be performed Monday through Friday, excluding legal holiday. However the potential exists for performance requirements on Saturday, Sunday, and holidays. Contractor shall not perform on Saturdays, Sundays, or holidays unless notified by the Government. Services include, but are not limited to: -Furnish all labor, material, equipment, personnel, and supervision necessary for snow and ice removal services and salt application in accordance with the PWS during the cited period of performance. -Snow and ice removal service. -Salt application - Sidewalks, ramps, walkways, and steps for buildings listed in the PWS. Invoices are to be submitted electronically through the Wide Area Work Flow (WAWF) system. This synopsis is not a request for proposal. The current contract was set-aside 8 (a). It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. NOTE: For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the labor with its own employees. Prime contractors cannot subcontract the entire effort. Again, this applies only to small business set-asides. Responses to this announcement must be received no later than 2:00 P.M. on Tuesday, May 13, 2011. Response should be emailed to dorothy.mccormick@us.army.mil or faxed to Dorothy McCormick at 502-624-5869 or 502-624-7165. Responses shall include the following: 1. Company name and address; 2. A statement of interest that meets all the requirements listed above; 3. A synopsis of the contractor's capabilities; 4. Company size: small or large, HUB Zone, 8(a), SDB, Woman-owned, Service disabled veteran-owned; 5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable); 6. Contact information, to include name, e-mail address, phone number, and fax number;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db1d4faf2ff6c8c17ae3997df6436cbf)
 
Place of Performance
Address: Mission and Installation Contracting Command - Knox 199, 6th Ave., Ste. 250 Fort Knox KY
Zip Code: 40121-5720
 
Record
SN02437903-W 20110504/110502234404-db1d4faf2ff6c8c17ae3997df6436cbf (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.