Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOURCES SOUGHT

S -- (Cloned) Snow Removal Harry S. Truman VAMC (VA-24-00023581) (VA-24-00028365) 589-25-1-5329-0001

Notice Date
6/11/2024 9:33:54 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524Q0436
 
Response Due
6/25/2024 10:00:00 AM
 
Archive Date
08/24/2024
 
Point of Contact
Albert (Al) Cheeks, Contract Specialist, Phone: (913) 946-1991
 
E-Mail Address
albert.cheeksJr@va.gov
(albert.cheeksJr@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is an RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS: 561730, Landscaping Services. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER Snow Removal Services Harry S. Truman VA Medical Center Scope of Work Snow removal services shall be available twenty-four hours per day; seven day per week and the vendor shall be required to complete work (one complete sweep of parking lots, streets, and upper levels of parking structures) within a maximum of six hours. It is the intent of this contract to have streets, upper level of parking structures and parking lots cleared for use prior to 0500 daily. Night work will normally be required. Base estimate of 150 hours per year. Vendor shall be notified by telephone when snow removal services are necessary, and the vendor will be required to respond on-site within two hours. Whenever possible, the vendor will be alerted in advance that the services may be needed. The Contractor will have a minimum of four (4) pieces of equipment available at the same time, two (2) pieces of equipment must be heavy equipment (i.e., front loader with a six ft. bucket and/or a tractor plow if necessary). Equipment must be in good repair. A reliable and trained operator for each piece of equipment shall be always available for snow removal as required by this contract. The vendor may be able to permanently store equipment on station during prime snow months provided the VA has the available space. The vendor is guaranteed storage area especially during high construction activities planned throughout this contract period. The vendor must be able to meet all response times regardless of local onsite storage. The equipment will be of sufficient capacity to clear and maintain the streets and parking areas within a six-hour period. If the space becomes limited for snow mounding and the COR deems necessary, the contractor will also be required to have a minimum of one (1) 15-ton dump truck. The contractor will have the necessary equipment to load snow into the above truck for disposal off the VA property. The disposal site will be the contractor s responsibility. Inspection of the premises bidders should inspect the premises prior to submitting bids to be fully aware of the scope of services required. Failure to do so will not relieve the successful bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. Authority of Operators only certified operators designated by the contractor may perform work under the contract. All persons employed under this contract shall be subject to Government regulations as applicable during the time they are on Government property. Employees of the contractor must be duly licensed and experienced in this type of work. The vendor shall protect from damage, all existing facilities, and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to, or should be known, to the contractor. Upon award of the contract, the COR and the contractor s representative will survey the parking lots and adjacent areas. After each snow removal, the area will be surveyed by the COR and any damage to the pavement, curbs, speed bumps, underground fuel storage aprons, landscape, fencing, facility, and utilities caused by the vendor s equipment will be noted and the vendor shall be notified of damage. The vendor shall repair any damage to those facilities including those that are the property of a third party, which result from failure to exercise care in performing the work. If the vendor fails or refuses to repair the damage the following spring during appropriate weather, the Contracting Officer will have the necessary repair work performed and charge the cost to the vendor. Contractor s Failure to Perform the contractor shall be prepared to perform the services when requested. If the contractor fails to perform within the prescribed time, the Government reserves the right to have these services performed by other means and the contractor shall be liable to the Government for any excess costs for these services. Computation of Hours for Snow Removal hours will be computed from the time the vendor reports on station at the Engineering Control Center (ECC) and begins work until the vendor returns to the same place immediately upon completion of the work. The required information for reporting at the beginning and end of work will be each type of equipment and operator s name. Any changes in equipment or operators during a snow removal operation must be reported as it occurs. The total number of hours for the equipment will be computed at that time. Payment will be made in arrears upon receipt of a properly prepared invoice indicating the purchase order number assigned, the date and time of each operator, and each piece of equipment itemized. Evidence of Coverage after award of the contract, the contractor shall furnish to the Contracting Officer a certificate of insurance indicating coverage stated herein and containing an endorsement to the effect the interest of the Government, such insurance shall not be affected unless a thirty day advance written notice of cancellation or change is furnished the Contracting Officer. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the brand name. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your Unique Entity Identifier (UEI). Responses to this notice shall be submitted via email to Al Cheeks, Albert.CheeksJr@va.gov. With the subject line of email: Snow Removal, 36C25524Q436. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, Jun 25, 2024, at 1200pm CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this source sought. Responses to this source sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc57985d8b9c4fcbb300a002540ba1ab/view)
 
Place of Performance
Address: Harry S. Truman VA Memorial Hospital 800 Hospital Drive, Columbia 65201, USA
Zip Code: 65201
Country: USA
 
Record
SN07093876-F 20240613/240611230132 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.