Washington, DC Bids > Bid Detail

S208--SNOW AND ICE REMOVAL SERVICE

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159849194703449
Posted Date: Nov 3, 2022
Due Date: Nov 9, 2022
Solicitation No: 36C24523Q0102
Source: https://sam.gov/opp/74a365f027...
Follow
S208--SNOW AND ICE REMOVAL SERVICE
Active
Contract Opportunity
Notice ID
36C24523Q0102
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 03, 2022 05:37 pm EDT
  • Original Published Date: Nov 03, 2022 12:31 pm EDT
  • Updated Response Date: Nov 09, 2022 10:00 am EST
  • Original Response Date: Nov 09, 2022 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 18, 2022
  • Original Inactive Date: Jan 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Department of Veterans Affairs WASHINGTON DC VAMC WASHINGTON , DC 20422
Description View Changes

THIS IS A SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATION & PLANNING PURPOSES ONLY; IT IS NEITHER A SOLICITATION ANNOUNCEMENT NOR A REQUEST FOR PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. A CONTRACT MAY NOT BE AWARDED AS A RESULT OF THIS SOURCES SOUGHT ANNOUNCEMENT. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. RESPONSES TO THIS SOURCES SOUGHT MUST BE IN WRITING.



THE PURPOSE OF THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR MARKET RESEARCH TO MAKE APPROPRIATE ACQUISITION DECISIONS AND TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8 (A), HUBZONE AND OTHER SMALL BUSINESSES INTERESTED AND CAPABLE OF PERFORMING THE WORK.



DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION.



RESPONSES TO THIS NOTICE SHALL INCLUDE THE FOLLOWING:



(A) COMPANY NAME



(B) ADDRESS



(C) POINT OF CONTACT



(D) PHONE, FAX, AND EMAIL



(E) DUNS NUMBER



(F) CAGE CODE



(G)TAX ID NUMBER



(H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS



AND



(I) MUST PROVIDE A APABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK DESCRIBED BELOW.





STATEMENT OF WORK



SNOW AND ICE REMOVAL



NOTE: CONTRACTOR SHALL NOT SHOW UP ON STATION UNTIL CONTACTED BY VAMC DC PESONNEL. CONTRACTOR SHALL SUPPLY THE VA WITH 24 HOUR EMERGENCY PHONE NUMBER.





COR(s): Upon arrival to perform services, Contractor to report to 24 Hour control desk , Bldg. 1.





Scope: Provide all labor, personnel, supervision, equipment, tools, salt, calcium, and all materials necessary to remove snow and ice from the streets, parking lots, sidewalks, steps and ramps on an on-call, as-needed basis.





Salt shall be provided by Contractor and shall be stored inside back of the Building 6 employee parking lot. Salt shall be provided in bags only. No bulk salt shall be delivered to the site.





Frequency: On-call, as-needed, in the months of October thru April. Invoices billed monthly if and when service is performed, based on an hourly rate by equipment and manpower use, as noted in the Equipment List* below.





Hours of Work: On-call, as-needed 24/7 as determined by COR.





Reports: Following each visit for snow and/or ice removal services, the Contractor shall provide a copy of service report to the COR. Service reports shall be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. Report for snow and ice removal shall include a list of all equipment and manpower used for the event along with hours expended.





PM Procedures: (Site map shall be provided by the COR)





Snow fall from zero to two inches is to be removed by in-house personnel and/or Contractor personnel if needed. Snow fall two inches and above shall become part of the Contractor obligation which would activate one truck to assist in snow removal and salting. In the event the snow fall is predicted to be four to six inches or more, additional equipment shall be brought in to assist in the removal of snow and ice.





In the event that snow piles, which are created from plowing, become so large that it becomes a hazard to CHCS’ personnel, patients and visitors, the Contractor shall, at the COR’s request, truck the snow away to a location provided by the COR.





Snow removal shall proceed continuously, and in the order as listed below, to include all roads, parking lots and sidewalks to the satisfaction of the COR, prior to being discontinued.





Locations, all roads and parking lots and walking areas, to include:





1) Parking lots 1 through 9 and all entries and exits to the facility entrance to Building 1, 6, 14



2) All entries and exits of the facility



3) All sidewalks, steps, and ramps throughout the facility



4) All sidewalks between perimeter fence and outer perimeter of the VA campus



**See attached site plan with highlighted site walks and parking lots.





Equipment List*: Contractor provided equipment to be used follows:





1) L8000 Dump or equivalent - p/HR - Assume for bidding 24 hours



2) Ford F-250 4X4 or equivalent - p /HR - Assume for bidding 100 hours



3) Truck-mounted V-Box, 1.8-2.1 Cu Yd. Salt Spreaders – p/Hr – Assume for bidding 100 hours



4) All other Trucks as needed - p/HR - Assume for bidding 200 hours



5) Front-End Loader--p/HR - Assume for bidding 24 hours



6) Snow blowers/throwers – Assume for bidding 500 hours



7) Snow shovels



8) Five-man snow shoveling crew, plus truck operators – p/HR -Assume for bidding 500 hours



9) Manual walk behind salt spreaders









***RESPONDENTS MUST ANSWER QUESTIONS FOR THIS NOTICE***



QUESTIONS TO ADDRESS FOR THIS SPECIAL NOTICE



Responses to this Sources Sought should include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 561730, Product Service Code (PSC) S208, (size standard of $8M). Respondents shall also answer the following questions:






  1. 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), Small Business (SB), Large Business, etc.






  1. Is your company considered small under the NAICS code identified under this Source Sought?






  1. Is your company the manufacturer, distributor, or equivalent source for the type of items required with the characteristics referenced above?






  1. If your company is a large business, do you have any authorized distributors? If so, please provide the name(s), telephone Number(s), Point(s) of Contact and size status of the businesses authorized to distribute your products.






  1. Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number.






  1. If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the items you are providing information on available on your schedule/contract?






  1. General pricing of your products is encouraged. Pricing shall be used for the purpose of market research only. It shall not be used to evaluate for any type of award.





Information provided by potential sources shall be utilized by the Government to determine market availability and procurement strategy. An award of a contract shall not result from this Sources Sought Notice.





Vendors who can meet the requirements listed above should provide the following information:




  1. Business Name

  2. Business Address

  3. Business Point of Contact, including phone number and email address



Business size




  1. Business Socioeconomic Status

  2. Federal Supply Scheduling (FSS) number, if the items required by the Government are available for purchase on an FSS contract.

  3. Any other pertinent capability information that relates to the above stated requirement.





***All responses shall be submitted in writing to the Contract Specialist no later than 10:00 AM on WEDNESDAY, November 9, 2022. Responses shall be sent via email to Amy.Walter1@va.gov No phone call responses shall be accepted.***







WASHINGTON DC ARMED FORCES RETIREMENT HOME SITE MAP:













WASHINGTON DC VAMC SITE MAPS:










Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >