Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2019 FBO #6536
SPECIAL NOTICE

99 -- Snow Removal RFI Request For Information - Slow Plowng Map

Notice Date
10/16/2019
 
Notice Type
Special Notice
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
 
ZIP Code
18466-5100
 
Solicitation Number
12_3476
 
Archive Date
11/7/2019
 
Point of Contact
Michael J Clark, Phone: 5706159554
 
E-Mail Address
michael.j.clark238.civ@mail.mil
(michael.j.clark238.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Map of area to snowplow This is an RFI (Request For Information only) seeking interested venders that could supply this requirement if and when it becomes available. If and when it becomes available this could become reocurring. Please send all interest to michael.j.clark238.civ@mail.mil. This RFI is for: Tobyhanna Army Depot Tobyhanna Pa 18466 SNOW REMOVAL AND ICE ALLEVIATION 1.1 SCOPE The scope of work is to remove snow and alleviate ice conditions in the specified roads and parking lots. 1.2 PURPOSE To assure that snow removal and ice alleviation is performed in accordance with all standards to ensure compliance with random sampling and customer satisfaction. 1.3 PROCEDURES 1.3.1 Operating Procedure The Contractor will provide the Contracting Officer with an operating procedure as part of the Management Plan which states how the Contractor will meet the GOVERNMENT requirements for snow removal and ice alleviation. The areas to be maintained are shown on the Snow Removal/Ice Alleviation Map, Drawing # A-8-148 REV(encl 1). 1.3.1.1 The Contractor will furnish all equipment, fuel, antifreeze, operator(s) and necessary operating attachments 1.3.1.2 The GOVERNMENT shall provide for storage of Contractor equipment in an open area designated for that use. The Contractor will be responsible for fire, theft and vandalism insurance. 1.3.1.3 Prior to winter, an inspection will be made to determine the condition of GOVERNMENT property (including curbs and fire plugs). Fire plugs will be marked at this time. After winter and the completion of all operations by the Contractor, another inspection will take place to determine condition of damage to GOVERNMENT property as a result of Contractor operations. The Contractor is responsible for all damage to any property as a result of performing operations IAW this contract. 1.3.1.4 The Contractor will commence operations within two (2) hours of telephonic notice from the COR or POC. Prior to winter, an inspection will be made to determine the condition of Government property with contractor. After winter and upon completion of contract an inspection of areas will be made to determine condition and damage as result of contractors operations. The contractor is responsible for all damage to any property as a result of performing operation IAW this contract. 1.3.1.5 Drifting occurring after initial plowing will be addressed by Depot as needed. 1.3.1.6 Determination of quantity of snow will be determined by P.O.C. with agreement of contractor. 1.3.1.7 Plowed snow will be placed in area determined prior to plowing by P.O.C. so not to disrupt business operations in areas to be plowed. Depot forces who have done such areas will assist in this determination using knowledge gained from past plowing. 1.3.1.8 Scheduling of work between contractor and TYAD shall be coordinated to achieve this. Weekends, Holidays, and/or evening work may be required. 1.3.1.9 For heavy snow fall, plowing will be required every 4" depth of snow fall, plus one last time if snow is greater than 1". For example, a 10" snowfall would normally require the parking lots and roadways to be plowed three times as follows: Once after 4" has fallen, a second time after another 4" has fallen, and a third time to clean up the last 2" of snow fall. 1.3.1.10 If snow falls greater than 1" during the night and stops by 05:00 hours the parking lots must be cleared of snow and ice by 07:00 hours. Clear parking lots in the following order. Bldgs. 335, 221, 300, 403, 333, 816, 334, and 220 or as directed by Chief of Roads & Grounds 1.3.1.11 The contractor and Tobyhanna Army Depot have an informal on servicing and billing. The contractor only works plowing when needed; then he submits a bill at the end of the each month. 1.3.2 Snow Removal The Contractor will perform snow removal on road surfaces and parking areas at 1/2 of an inch of snow accumulates on designated surface areas shown on the Snow Removal/Ice Alleviation Map. 1.3.3 Project Manager The Contractor will act as or provide a Project Manager physically present at the Contractor's place of business during all cleaning and anti skid operations or when his men are present on depot. The Project Manager will conduct overall management coordination, direct the work force and operations, and be the central point of contact with the COR or POC for the performance of all work under this contract. Another individual will be designated to act for the Project Manager for work to be performed during absences such as illness, vacation, etc. Advance notice of such change will be provided to and reviewed by the COR or POC. The Project Manager and any individual designated to act for the Project Manager, will have full authority to contractually commit the Contractor and take prompt action on matters relating to this contract. Seven days after contract award the Contractor will designate in writing to the COR or POC the name of the Project Manager and any alternates. Thereafter, any changes must be submitted in writing as they occur. Cancellation of this contract can effected with a 30 day written notification by either party.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39cdf360c7dfdc83174a39967b39d63f)
 
Place of Performance
Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN05475964-W 20191018/191016230714-39cdf360c7dfdc83174a39967b39d63f (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.