Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2012 FBO #4006
DOCUMENT

S -- Snow and Ice Management Services - VA CBOC Portsmouth NH 100% Small Business Set-Aside - Attachment

Notice Date
11/10/2012
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24113Q0119
 
Response Due
11/27/2012
 
Archive Date
2/25/2013
 
Point of Contact
Marc Tetu
 
E-Mail Address
Contract Specialist
(marc.tetu@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE NAICS CODE 561790 SIZE STANDARD $7.0 MIL 100% SMALL BUSINESS SET-ASIDE Solicitation will be posted on or about 11/15/2012. The requirement will be competed through FedBid at http://www.fedbid.com/. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT AND REQUIREMENTS Snow and Ice Management Services for Portsmouth CBOC A.1 General Requirement: The Contractor shall provide all management, supervision, labor, tools, materials, supplies, and equipment necessary to plow, sand, salt and shovel in order to provide and maintain the safety of patients and employees at the Portsmouth VA Outpatient Clinic parking area and walkways during snow, and/or icing events (freezing rain, etc). A.2 Place of Performance: Portsmouth VA Outpatient Clinic Pease International Tradeport 302 Newmarket Street Portsmouth, NH 03803-0157 A.3 Description of Space: The space covered is the parking area directly in front of the Clinic and the walkways leading to the clinic entrance. The Contractor shall complete a tour of the area prior to submitting a proposal. The Contractors or his/her representatives are encouraged to be present. A.4 Work Requirements: The parking and walking surfaces shall be maintained in safe condition for patient and employee use during the winter season. All chemical products shall be environmentally friendly, reviewed with Medical Center Safety staff prior to use and MSDS sheets shall be provided. A.5 SCHEDULE OF SERVICES: 1. SERVICES shall include: a)Plowing; b)Salting; c)Sanding; d)Shoveling. 2. SERVICES PERFORMED: The services shall be performed in a timely fashion such that the parking lot and walkways are safe for patient and employee travel at all times. A-6 QUALITY REQUIREMENTS: The Government shall appoint a Contracting Officer's Representative (COR) for coordinating the day-to-day activities of this contract. The COR will also be responsible for inspection and acceptance of the work performed under this contract. When deficiencies are reported to the Contractor, the Contractor shall take immediate steps to correct them. If the Contractor does not take immediate steps to correct deficiencies, the COR shall report the facts of the event to the Contracting Officer. The Contracting Officer reserves the right to take any appropriate action authorized by law to resolve the issue or to terminate the contract for default. Only the Contracting Officer has the authority to make changes to the specifications, price, terms and conditions of the contract. No service should be performed or action taken by the Contractor, which is outside of the contract unless, directed solely by the Contracting Officer and/or a written modification to the contract. QUALITY ASSURANCE SURVEILLANCE PLAN FOR CUSTODIAL SERVICES INTRODUCTION This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate Contractor actions while implementing this contract. It is designed to provide an effective surveillance method of monitoring Contractor performance for each listed objective in the contract. The QASP provides a systematic method to evaluate the services the Contractor is required to furnish. This QASP is based on the premise the government desires to maintain a quality standard in operating this contract to provide the optimum service. The Contractor, and not the government, is responsible for management and quality control actions to meet the terms of the contract. The role of the government is quality assurance to ensure contract standards are achieved. In this contract the quality control program is the driver for product quality. The Contractor is required to develop a comprehensive program of inspections and monitoring actions. The first major step to ensuring a "self-correcting" contract is to ensure that the quality control program approved at the beginning of the contract provides the measures needed to lead the Contractor to success. Once the quality control program is approved, careful application of the process and standards presented in the remainder of this document will ensure a robust quality assurance program. Basic Services. The parking lot and walkways will be kept clear of precipitation and maintained safely for patient and employee use. Performance threshold: SURVEILLANCE: The COR will receive complaints from clinic personnel and pass them to the CO for correction. STANDARD: The standard is three or less customer complaints per month in each area. The COR shall notify the contracting officer for appropriate action in accordance with FAR 52.212.4, Contract Terms and Conditions-Commercial Items or the appropriate Inspection of Services clause, if any of the above service areas exceed three customer complaints. PROCEDURES: for any of the above performance objectives should immediately contact the COR and the COR will complete appropriate documentation to record the complaint. The COR will consider the customer complaint valid upon receipt from the customer. The COR should inform the customer of the approximate time the unacceptable performance will be corrected and advise the customer to contact the COR if not corrected. The Contractor will be given two hours after verbal notification to correct the unacceptable performance. If the Contractor disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the Contractor will notify the COR. The COR will determine the validity of the complaint. If the COR determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The COR will retain documentation for his/her files. If after investigation the COR determines the complaint as valid, the COR will inform the Contractor, and the Contractor will be given an additional hour to correct the defect. A defect will not be recorded if proper and timely correction of the unacceptable condition(s) is accomplished. Ordered services meet the requirements of the contract as appropriate. Performance Threshold: 100% of the time. SURVEILLANCE: The COR will evaluate the services required by each delivery order to ensure compliance. PROCEDURES: The government COR will inspect all work tasks required by the task or delivery order to ensure Contractor compliance with the appropriate paragraphs 1.1, 1.2, and/or 1.3 of the Statement of Work (SOW) each time the service(s) is performed. Record results of inspection, noting the date and time of inspection. If inspection indicates unacceptable performance, notify the contract manager or CONTRACTOR of the deficiencies for correction. The Contractor shall be given two hours after notification to correct the unacceptable performance. ? A-7 Contractor's Requirements: Contractor shall have been in business 3 years to demonstrate their past history of providing similar snow removal services. Also, the Contractor must maintain and show proof of current Workman's Compensation insurance and liability insurance policies in sufficient amounts for the size of the company and scope of this contract. The Contractor shall provide to the Contracting Officer a current list of the names, addresses, and the date and place of birth, of all employees who will perform work under this contract as this will need to be provided for Pease Security. Changes in the employment list shall be provided to the Contracting Officer prior to the employee performing service at the VA clinic. Said list and changes are to be submitted to the Contracting Office, VA Medical Center Manchester, 718 Smyth Rd, Manchester, NH 03104. The Contractor shall make available upon request by the Contracting Officer, documentation for each employee who performs work under this contract, to establish that they are authorized to work in the United States. All employees shall be bonded under the Contractor's company name. The Contractor shall provide a Dishonesty or Janitorial Bond in the amount of $100,000, covering all employees of the Contractor. No employee shall be allowed at the VA clinic until the documentation has been provided and the employee has been approved by the COR. The Contracting Officer reserves the right to request Changes to the employee list. The following criteria also applies: Bondable: All employees of the Contractor must be bonded under the Contractor's Company Name and proof of bonding shall be submitted within 10 days after award. Employee Training: To ensure competent and safe performance of the work under this contract; the Contractor shall provide appropriate training to employees prior to the beginning of service under this contract, This includes any OSHA or specific MSDS sheet instructions for chemicals, etc., use in performance of the contract. Work Requirements: The Contractor is prohibited from employing any illegal aliens to perform services under this contract. Language Skills: All employees and representatives of the Contractor must be fluent in the English language to read and understand chemical labels/signs and to converse intelligibly with the COR. Access Limitation: Only authorized Contractor employees are allowed inside the VA clinic. Contractor employees are not to be accompanied in the work area by acquaintances, family members, assistants, or any other person unless said person is an authorized Contractor employee. Suspicious Event: In case of any suspicious or emergency event occurring at the VA Clinic, the Contractor shall immediately release the employee records to the appropriate law enforcement authority.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24113Q0119/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-13-Q-0119 VA241-13-Q-0119_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=523913&FileName=VA241-13-Q-0119-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=523913&FileName=VA241-13-Q-0119-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Portsmouth VA Outpatient Clinic;Pease International Tradeport;302 Newmarket Street;Portsmouth, NH
Zip Code: 03803-0157
 
Record
SN02929134-W 20121112/121110233016-2b2ddd0a4dc392bbc8778c2942d2111a (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.