S218--Snow and Ice Removal

expired opportunity(Expired)
From: Federal Government(Federal)
36C24121Q0012

Basic Details

started - 08 Oct, 2020 (about 3 years ago)

Start Date

08 Oct, 2020 (about 3 years ago)
due - 14 Oct, 2020 (about 3 years ago)

Due Date

14 Oct, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C24121Q0012

Identifier

36C24121Q0012
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103382)VETERANS AFFAIRS, DEPARTMENT OF (103382)241-NETWORK CONTRACT OFFICE 01 (36C241) (3845)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this sources sought/RFI is to gain knowledge of businesses that are capable of satisfying the following work requirements: Statement of Work General Description of Work: This contractor will provide all supervision, labor, tools, equipment, materials, fuel and plant necessary to remove snow on walkways, stairs, ramps, landings, building entrances, pad mount generators access, Siamese connections, fire hydrants, roads, perimeter sidewalks and parking garages, treat surfaces, load piles of snow and transport to a snow dump. The work is located at the Jamaica Plains facility grounds and perimeter sidewalks. Bituminous asphalt surfaces shall be treated with rock salt. Concrete and masonry surfaces shall be treated with concrete safe ice melt products. When snow storage is full or directed by the COR, load and haul stockpiled snow off site,
off load and dispose of snow at the contractor s offsite snow dump. Contract includes all tolls, costs and fees. Contract contains unit costs and not to exceed quantities in accordance with schedule. Contractor shall provide daily documentation to demonstrate manpower, equipment and material used per day and per storm, quantities of salt per day and per storm, quantities of ice melt per day and per storm and the quantity removed from the site per day and per storm. Contractor shall invoice for work performed, quantities removed from the site and offloaded at a snow dump. The medical center must remain clear of snow and operational for all patient visits and its required staff. General Requirements: 1. Site is located at the VA Boston Healthcare System, Jamaica Plain campus, 150 South Huntington Ave. 2. Provide snow plowing, snow hauling, snow blowing, snow shoveling and surface treatment for roadways, parking lots, parking garages, walk ways, stairs, entrances, stairs, steps, ramps, fire hydrants, Siamese connections, generator walkways, pad mounted transformers and perimeter walkways. For snow fall and snow/ice/sleet greater than on half (1/2) inch the contractor shall respond within 1 hour of snow fall. 3. For trouble calls and emergency service, the contractor shall respond within 1 hours after receiving notification from the Contracting Officer s Representative (COR) or the Engineering Service Grounds Supervisor to commence snow and/or ice removal and surface treatment. Contractor shall respond during normal business hours (6am-6pm), nights, weekends (Saturday or Sunday) and holidays. The contractor shall furnish the COR with a list of telephone numbers where the contractor or his authorized representative may be contacted seven (7) days a week, 24 hours a day, for the required services. 4. The facility has a snow dump area(s) that are shown on the snow removal plan. The contractor shall pile and stack snow in a safe and efficient manner. Piles shall be stacked to maintain safety and maximum usable parking area. Once the area is full, the contractor schedules a weekend to haul snow off site to a snow dump. The contractor shall provide a minimum of 7 days notice to initiate off site snow haul services. 5. The contractor shall maintain, repair, fuel and utilize the governments model SND580, Snow Dragon, thermal snow recycler. The unit shall be placed in the the pit area of lot 9 and used to melt snow during snow storms. 6. The removal of stockpiled snow from the top garage decks shall be performed after 6pm or prior to 4am, weekdays and weekends. Remove garage stockpiles after each storm. The contractor shall block off area at grade prior to dumping top deck snow (to prevent unauthorized entry to the dumping area). Provide spotter(s) at grade to prevent unauthorized entry. 7. Contractor is authorized one, 20-yard storage box. Fuel and flammable liquids shall be stored in approved containers and stored for a single day use. Overnight or short-term storage is not authorized unless scheduled in advance as part of the snow haul requirement. Contractor shall remove storage box for annual April 15 completion date. Asphalt patch and repair any damage caused by the delivery and removal of the storage box. 8. Contractor shall share the governments , Building 5, salt storage bin for the delivery and storage of rock salt. The contractor shall provide all rock salt for roadway, bituminous parking surface treatment and bituminous walkways/sidewalks. Coordinate deliveries around medical center operations. Salt deliveries are limited to tri-axle dumps truck (no trailers). From time to time, the government shall draw from the building 5 salt storage bin. Notification will be provided prior to government draw. The contractor shall maintain an adequate supply on site. 9. All equipment shall have operable snow removal lights, day time and night time running lights. Lights shall be used whenever equipment is in operation. 10. Contractor personnel shall wear appropriate personal protective equipment while performing contract work (Shows, eye protection, coats, hats, gloves, High visibility vests, etc.). 11. For off-site snow haul services, the Contractor may stage snow removal equipment on site and at the contractor s own risk. Locations is the VA contractor s parking lot and VA lot 9. Equipment shall be removed from the site prior to normal business hours. The area is shared space. Equipment shall be protected against unauthorized access. 12. On site Snow and Ice Removal. The contractor shall provide snow removal, (including drifts, piles and ice) the full width of roadways, parking lots, parking garages, walkways, landings, stairs, entrances, perimeter walkways, fire hydrants, Siamese connections, site emergency generators and building transformers. Areas shall be free of snow and ice and shall be treated with rock salt and ice melt to provide safe travel for vehicles and pedestrians. Rock salt and ice melt material shall be granular. Contractor shall spread product uniformly and in sufficient quantity to cover and melt the snow or ice for the area. 13. For onsite snow removal, the contractor shall move and efficiently stockpile snow on site. Areas are marked on attached site plan. Stockpiles shall consist of on-site snow that has been removed from on-site parking lots, roadways, garages, walkways and entrances. Once stockpile areas are full, the contractor shall remove stockpiled snow offsite. 14. Offsite snow removal, the contractor shall schedule removal with the VA COR, the contractor shall load; haul, off load and dump snow at an approved offsite snow dump. 15. The off-site snow loading and hauling option shall be provided off hours, Saturday, Sundays and Holidays. 16. All trucks and motor vehicles shall possess a valid registration (any state) and insurance for the intended use. 17. Truck, motor vehicle and equipment operators shall possess valid licenses to operate. Provide copy of license and proof of training to COR. 18. Provide copy of equipment safety inspections to COR prior to use. 19. Snow dump shall meet Massachusetts Department of Environmental Protection regulations and be approved by the State and local municipality as a snow dump. 20. Submit address of snow dump with a map of location with the intended haul route. 21. Prior to submitting invoice provide all required written documentation. In addition to licensure, safety inspections, insurance and registration, provide the following: equipment logs, operator logs and dump tickets. All logs and tickets shall identify equipment, operator, quantity, location with date and time(s), start and stop times. Contractor shall certify that written documentation has been reviewed for accuracy and is complete. 22. The COR and VA Grounds foreman shall be the VAMC official responsible for monitoring contract compliance. Monitoring mechanisms shall include: written documentation; reports and locations of all complaints regarding surfaces; verification of quantities for rock salt and ice melt treatment (cu yards material and quantity of spreaders used); log of equipment on site and in use with full name of operator; registration, model and size of equipment, trucks and loader(s); and verification that the contractor has completed and provided all written documentation. 23. Prior to invoicing, the contractor shall provide the COR with a log that shows the following: name of each contract personnel; equipment description; equipment quantity; plow size with corresponding plate number; truck size with corresponding plate number; approximate time load left site; Approximate time of delivery to dump; approximate quantity of load; driver full name and total snow removed (cubic yards) for the day. A print out of the applicable snow total from the National Weather Service is required to be submitted with all invoices. 24. The VA Jamaica Plain is an active medical center. Contractor shall exercise care and courtesy in order to minimize impact on medical center operations. 25. The parking lots, roadways and site are utilized by patients, staff, public and contractors. The off-site snow haul operations, shall be conducted off hours, weekends and holidays. Work areas shall be restored at the completion of work each day. Material, debris and tools shall be removed from the work site and secured. 26. Ice removal of grounds including handrails 27. Smoking: VA grounds and buildings are smoke free. Smoking is prohibited on site. 28. Dispose of waste and debris in accordance with NFPA 241. Remove from the building daily. 29. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with VA COR and facility Safety Manager. 30. Contractor is authorized the use of the medical center public restroom at building 1, B wing, basement. 31. After entering a building, the contractor shall mop, clean and dry internal areas after use by its employees or contractors. This is to prevent patient and staff slips and falls. 32. Contractor shall have on hand its own spill clean-up kits for fuel, oil or solvent spills. Report all spills immediately to the COR and VA Grounds Foreman. 33. Security Procedures: Contractor s employees shall not enter the project site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. No photography of VA premises is allowed without written permission of the Contracting Officer. c. VA reserves the right to close down or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. 34. Fire Safety-Applicable Publications: Publications listed below form part of this Article to extent referenced. Publications are referenced in text by basic designations only. a. American Society for Testing and Materials (ASTM): E84-2007 .............................Surface Burning Characteristics of Building Materials b. National Fire Protection Association (NFPA): 10-2006................................Standard for Portable Fire Extinguishers 30-2003................................Flammable and Combustible Liquids Code 51B-2003 .............................Standard for Fire Prevention During Welding, Cutting and Other Hot Work 241-2004..............................Standard for Safeguarding Construction, Alteration, and Demolition Operations c. Occupational Safety and Health Administration (OSHA): 29 CFR 1926 .......................Safety and Health Regulations for Construction Place of Performance: 150 SOUTH HUNTINGTON AVE, BOSTON, MA 02130 Period of Performance: One(1) base year plus four(4) option years. The options may or may not be exercised. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by 12 pm EST time on October 14, 2020. Responses to this notice shall be submitted via email to issa.shawki@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 561730 and a small size standard of $8,000,000.00.

,
  02130  USALocation

Place Of Performance :

Country : United StatesState : MassachusettsCity : Boston

You may also like

SNOW AND ICE REMOVAL SERVICES

Due: 31 Mar, 2029 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

TASK ORDER AGAINST BPA FOR SNOW AND ICE REMOVAL

Due: 30 Nov, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SNOW REMOVAL PIERRE OFFICE

Due: 31 Oct, 2024 (in 6 months)Agency: BUREAU OF RECLAMATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561730Landscaping Services
pscCode S218Snow Removal/Salt Service (also spreading aggregate or other snow melting material)