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
- 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 |