Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
DOCUMENT

S -- Snow Removal and Deicing for Perry Point Please pay close attention to the SOW and submission instructions. - Attachment

Notice Date
12/11/2014
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer, Carl L. Henderson;209 W. Fayette Street;Baltimore, MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24515Q0030
 
Response Due
12/19/2014
 
Archive Date
2/17/2015
 
Point of Contact
Carl.Henderson3@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ, before analyzing the statement of work The statement of work below represents a full blown snow removal and deicing operation at the Department of Veteran Affairs Medical Center at Perry Point, MD. However, service request may be tailored to fit the need at the time of service request. Therefore, all quotes should be submitted as cost in man hours. Example: Perry Point has staff that may perform the road clearing of snow and ice; therefore a typical service request to the contractor may be for snow removal and deicing of sidewalks and stairways only. It may also include snow removal and deicing of roads to augment the VA staff. Please consider each scenario and use the cost estimate sheet in Section_____ to submit man hour quotes to perform these services. Also, more consideration will be given to local entities for ease of operation. Email quote submissions to Carl.Henderson3@va.gov before due date and time. Please limit page counts to 5-10 pages which should include, technical ability, past performance, and price quote. Warning!! Email submission over the allowable email size limit may not arrive to it intended recipients. 1.DESCRIPTION OF SERVICES. Contractor shall provide all labor, tools, equipment, material, travel, salt, chemicals, vehicles, and supervision necessary for providing 24/7 snow removal and de-icing services for the Perry Point Medical Center campus. Services shall be performed in a manner that will maintain a satisfactory and safe environment for all patients, families, staff, and visitors during periods of snow and ice. Work is to be limited to building front entrances, building side entrances, building rear entrances, building ramps, tunnel walkways, bus stop areas, building stairways and steps, fire lanes, paved courtyards, and building and campus sidewalks. 2.The Contractor will be required to develop and submit for approval a Quality Assurance Program (QAP) and Quality Control Plan (QCP) for this contract. These documents are to show in detail that Patient Care areas will be assigned as priority and the overall plan to successfully complete snow and deicing operations for the entire Perry Point Campus, as designed within this contract. The QAP/QCP documents are to address weather events that result in the need for snow removal and deicing on the Perry Point Campus to support 24 hour patient care operations. All work shall be performed in a manner that will maintain a satisfactory and safe environment for patients, families, employees and visitors during periods of snow and ice. Contractor shall provide snow removal equipment to include, but not limited to, Contractor owned trucks, snow shovels, various types of plows, loaders, snow blowers, and salt or chemical spreaders. Contracted services are estimated to be required from date of award for the base year through March 30 and from approximately Oct 1 - March 30 for each subsequent year. Contractor shall provide a phone number and contact name of a Contractor employee(s) who shall be available on a 24/7 basis. 3.Perry Point Medical Service Areas designated for snow and deicing operations are: BuildingFunction 361Patient (24 hour operation) 19HPatient (24 hour operation) 23HPatient (24 hour operation) 80HPatient 364Patient (24 Hour operation) 17H (Canteen)Patient Support/Food Nutrition Service 14HPatient (24 hour operation) 13HPatient (24 hour operation) 24HPatient (24 hour operation) 25HPatient (24 hour operation) 22HPatient (24 hour operation) 314 (Chapel)Chaplain/Auditorium/Gym 59Police 11HAdministrative 15HAdministrative 82HAdministrative 101Engineering/Contracting 360Laundry/Administrative Credit UnionEmployee Service Post OfficeEmployee Mail Service 5HExecutive 4HAdministrative 3HAdministrative 2HAdministrative 1HAdministrative 6HAdministrative 27HAdministrative 20HAdministrative Avenues D, F and GSidewalks Chapel DriveSidewalks Streets 1st and 8th, Sidewalks 3.1.BASIC SERVICES. The Contractor shall remove snow and ice from all campus areas as designated in paragraph one (1) above. The Contracting Officer's designated Contract Officer Representative (COR) will notify contractor when services are needed. Snow plowing shall be performed in a manner that does not block any parking lots or sidewalk entrances, fire hydrants or electrical boxes. When required the COR will inform contractor of a location on campus to clear or remove snow. Below is a summary of needed services: A.Contractor shall remove snow and ice from all designated areas when weather conditions exist for slip and fall hazards. B.When overnight snowfall exceeds one (1) inch the Contractor shall have all areas cleared no later than 6:00 AM EST the next day. C.When daytime or overnight snowfall is greater than six (6) inches, blizzard, or extreme icing conditions exist, the Contractor shall clear all areas to the best capabilities of his or her labor and equipment in accordance with approved Quality Assurance Plan (QAP) by the Contracting Officer or their designee. D.Contractor shall supply and mechanically spread deicing rock salt to eliminate "slip, trip and fall" conditions associated with winter weather. E.Contractor shall apply only calcium chloride on concrete walkways, as calcium chloride will not harm concrete and landscaping. F.Snow and ice shall be removed from all hydrants. All fire hydrants must be kept free from snow and easily accessible in case of emergencies. G.All sidewalks and parkways shall be plowed, salted, and maintained to a safe and usable condition at all times, as to ensure safety for patients, clinical staff and campus employees. Especially, during regular business hours, staff shift changes and special events. H.Snow and ice shall be plowed or moved away from building entrances, ramps, steps, handicap access points, fire lanes and parking lots. I.All building entrances, ramps, sidewalks and stairs will be cleared of snow and ice, and maintained to a safe usable condition at all times. Contractor shall be responsible for any damage to concrete curbs, sidewalks, ramps or other Government Property when incurred during the performance of this contract. J.No snow shall be plowed or piled onto any landscape planting beds. K.No snow shall be plowed or piled onto or in front of dumpsters. L.No snow shall be plowed or piled onto or placed in Handicap or patient areas. M.Contractor shall have one (1) responsible person on the job site during the snow hauling and deicing operations to supervise and guide the Contractor's snow work crews and perform Quality Control Plan inspections. This responsible person will work the designated CO's COR to provide status updates on the snow removal and deicing work for updated to be provided to upper management. N.All building entrances, steps, fire lanes, ramps, sidewalks shall be properly plowed, cleared, treated and maintained to a safe and usable condition at all times. O.Contract shall keep these areas clear of snow that are in front of dumpster enclosures, established fire lanes, building entrances, and on pedestrian sidewalks and tunnel walkways. If these areas are not properly cleared and it requires the Government to remove snow or ice in front of said other areas as corrected by the COR. Contractor agrees to pay any expenses incurred by Federal Government for removal of snow or ice that is the responsibility of the Contractor. P.Contractor shall be responsible for damage to Government property caused by snow removal operations including, but not limited to, buildings, curbs, parking blocks, islands, sidewalks, light poles, signs, landscaping, paving or striping, HVAC units of campus property or equipment used in connection therewith. Q.Contractor agrees to complete the Snow Control Sheet attached for each snow removal and salting event. To receive payment, this sheet must be attached to each invoice and validated by the COR. R.Contractor agrees to provide and update telephone numbers with all after hours contact information. S.Contractor agrees to return emergency calls from COR within one hour of receiving the telephone call/alert. T.Contractor agrees to return non-emergency calls from COR within two hours of receiving message. U.Contractor agrees to monitor weather reports and properly prepare for forecasted winter storms by providing preliminary plans for pre-staging and response of personnel and equipment, as requested by or pre-scheduled by the COR. V.Contractor shall provide salt and chemical specifications to Contractor Officer or Contracting Officers Representative for approval prior to use on the Perry Point VA Medical Center Campus. W.Contractor will be granted an area to pre-stage and store equipment needed for snow removal and deicing work as approved by the CO or COR. The Contractor will be responsible for providing security to this area. X.Contractor's personnel will be required to wear safety vests when working to be easily identifiable for safety and accountability when on the Perry Point campus. 3.1.1.DESCRIPTION OF SITE: A.Campus Map detailing all Perry Point Campus roadways, sideways and buildings will be provided to contractor for use in planning and reporting status of clearance during actual snow and ice weather events. B.Within this campus, there is a mixture of asphalt pavement and concrete sidewalks, curbs and ramps. C.Patient Care areas will have priority of clearing to ensure the safety and patients using these areas, especially during the regular business hours. 3.1.2.REMOVAL OF ICE. The Contractor shall immediately remove ice to provide secure footing or safe driving conditions by the approved snow removal operation. All salt or chemical treated areas for which the Contractor is responsible for shall be provided by the Contractor under this agreement. The successful Contractor shall be liable to ensure that adequate source of approved salt or chemicals are readily available through the duration of the contract. Under no circumstances shall the contract price be increased for the Contractor's failure to obtain the salt or chemicals necessary to perform services. 3.1.3.ADDITIONAL SERVICES. Services will be limited to those provided under the terms and conditions of this contract. 2. SERVICE DELIVERY SUMMARY. The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance ObjectiveSOW ParaPerformance Threshold Remove Snow & Ice. Ensure designated areas are safe for vehicle or pedestrian traffic. Ensure areas have adequate deicing material for the conditions. 1.1. and 1.1.2 No more than 3 customer complaints per service month. 3.GOVERNMENT FURNISHED PROPERY AND SERVICES. NONE 4.GENERAL INFORMATION. 4.1QUALITY CONTROL. Contractor shall develop and maintain a Quality Control Program (QCP) to ensure services are performed in accordance with commonly accepted commercial and industry practices that include the proper, safe and efficient removal of the snow and ice off the VA premises. The Quality Control Program will be reflective of a detailed plan for the snow removal and deicing of the Perry Point VA Medical Center Campus, as based on the provided site map. Contractor shall also develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum, the Contractor shall develop Quality Control Plan that provides detailed procedures and methods that address the areas identified in paragraph 2, Service Delivery Summary. Contractor shall submit his/her Quality Control Program/Quality Control Plan (QCP) with signed quote as noted herein. 4.2 QUALITY ASSURANCE. The Government will evaluate the Contractor's performance in accordance with the approved Quality Control Plan (QCP). 4.3 GOVERNMENT REMEDIES. The Contracting Officer shall follow FAR 52.212.4, Contract Terms and Conditions - Commercial Items, for Contractor's failure to perform satisfactory services or failure to correct non-conforming services. 4.4 HOURS OF OPERATION. A. Contractor shall provide snow plowing, and deicing services twenty-four (24) hours per day, seven (7) days per week as requested at the agreed upon rates. B.Normal business hours are 7:00 a.m. to 4:30 p.m., Monday through Friday, to include National Holidays: New Years' Day Martin Luther King Presidents' Day Labor DayIndependence Day Columbus Day Thanksgiving Memorial DayChristmas Veterans' Day 5.0. GENERAL REQUIREMENTS: A.Contractor shall perform all services diligently and in a good, professional and first class manner, using good quality materials, equipment and workmanship with sufficiently trained personnel (including supervisors) to complete needed services in a safe and timely manner, which does unduly interfere with the daily operation of the Perry Point Medical Center. These daily operation included, but not limited to; medical patient services, administrative officers that support the Veterans Affairs Medical Health Care System (VAMHCS), Fire and Police Services, and various logistical sections that support the Perry Point Medical Center. B.Contractor shall only use chemicals for Snow Removal and Deicing that are approved by the Environmental Protection Agency (EPA) and are considered to be the safest and most effective chemicals. Contractor shall follow all OSHA standards in the performance of all tasks. (1) Contractor shall provide Material Safety Data Sheets (MSDS) to the COR for any chemicals used under this contract. (2) The product, timing and rate of all of applications will be adjusted to meet the needs of each winter season. C. During non-business hours, the COR designee is the Administrative Officer of the Day (AOD) or the Nurse On Duty (NOD). This person will telephone the Contractor when service is needed during non-business hours. D. During normal business hours, the COR or his/her designee will contact the Contractor when service is needed. E. Contractor will request the Police and Security Service to help locate owners of vehicles that need to be moved during snowplowing. Police and Security Service will be contacted to help control vehicle traffic. F. All snow removal and deicing services shall be done at night, when possible, so that contracted areas will be cleared by the start of the workday. G. After the contract award, the Contractor shall provide the Contracting Officer's Representative (COR) or his/her designee all current names and telephone numbers for requesting snow removal, snow hauling and deicing service. Contractor shall provide a centralized number and emergency number for the COR to request services. H. Contractor shall have one (1) responsible person on job site during the snow removal, and/or deicing to supervise and guide Contractor's snow crew. I. Contractor shall be responsible for all fences, gates, grounds, lawns, and any VA property damaged during snow removal, snow hauling or deicing. The COR or his/her designee will notify the Contractor of any damages(s) after services have been performed. J.Services may be required at any time after normal hours of operation as described in Paragraph 4.4 (B). K. Contractor shall submit a "time and materials" monthly invoice to the Contracting Officer or their designee for the amounts properly due under this contract. L. Contractor shall be responsible for protecting and providing the proper Personnel Protective Equipment (PPE) to their personnel providing these services under this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24515Q0030/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-15-Q-0030 VA245-15-Q-0030_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1768169&FileName=VA245-15-Q-0030-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1768169&FileName=VA245-15-Q-0030-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03593884-W 20141213/141211234707-6a72016da7700feae17ec5b05dbe43d5 (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.