Similar Projects
Physical Fitness, Athletics, And Wellness Center (Paw Center) Audio Visual Systems
Renovation
Post-Bid
DuBois, PA 15801

Soil Disposal for Four LNA Sites
Alteration
Post-Bid

Purchase of Refurbished Dispensers & Associated Parts for LNA Service Stations
Alteration
Post-Bid

Civil and Paving Multiple Award Construction Contract
Term Contract
Post-Bid
$500,000 CJ est. value
Jacksonville, NC 28547

Sign Faces, Custom Signs, Decals & Overlays For LNA Sites
Alteration
Post-Bid

2022 Forestry Gypsy Moth Suppression
Term Contract
Post-Bid

2022 Gypsy Moth Suppression
Term Contract
Post-Bid

2022 Forestry Gypsy Moth Suppression
Term Contract
Post-Bid

Exterior Sign & Lighting Maintenance
Alteration
Post-Bid

Dispensers and Tank Field Maintenance Services
Term Contract
Post-Bid

23WHM-2022 Summer Herbicide East
Term Contract
Post-Bid

Fuel Tank Cleaning Services
Term Contract
Post-Bid

Troop C, Dubois Snow Removal
Term Contract
Post-Bid
Dubois, PA 15801

Snow and Ice Removal Bids
Term Contract
Post-Bid
Clearfield, PA 16830

Road Materials
Term Contract
Post-Bid
Dubois, PA 15801

Last Updated 12/07/2022 12:44 PM
Project Title

Snow and Ice Removal Services

Physical Address View project details and contacts
City, State (County) Clearfield, PA 16830   (Clearfield County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Request for Qualifications, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

INSTRUCTIONS TO OFFERORS THIS REQUIREMENT IS SET-ASIDE 100% FOR SMALL BUSINESS CONCERNS THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS IN ACCORDANCE WITH FAR 52.232-18 This requirement is being solicited, utilizing the procedures set forth in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. 1. The purpose of this solicitation is to procure Snow and Ice Removal services in support of the 99th Readiness Division. Services shall be performed at the PFC Melvin L. Brown USARC/BMA 104-1, 6400 Clearfield Woodland Highway, Clearfield, PA 16830 (PA017). 2. The Government intends to award a single, firm-fixed-price (FFP) requirements contract. The period of performance for this effort shall be a 12-month base period and four (4), 12-month option periods from date of award. 3. The Offeror must have an "Active" registration in System for Award Management (SAM) to be considered for award. To obtain information on SAM or to register with SAM visit the web site at: https://www.sam.gov/. 4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors - Commercial Items" and FAR 52.212-1, Addendum for additional information. 5. See FAR Clause 52.212-2, "Evaluation -- Commercial Items" and FAR 52.212-2, Addendum for additional information and evaluation criteria. 6. See FAR provision 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," FAR clause 52.204-25, "Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment" and FAR provision 52.204-26, "Covered Telecommunications Equipment or Services-Representation." As a result of interim FAR Rule 2019-0009, published on 14 July 2020, and effective on 13 August 2020, Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment Clauses, these provision and clauses are included within this solicitation in full text. When submitting a response to this solicitation, FAR provision 52.204- 24 and FAR provision 52.204-26 shall be completed and included by the Offeror. 7. A site visit is highly encouraged. All requests to attend a site visits shall be submitted via e-mail at least 24 hours prior to the scheduled site visit date and time to the following: Randy Baker, Regional Facility Operations Specialist via e-mail: randy.a.baker.civ@army.mil, Timothy Peters, Area Facilities Operations Specialist, via e-mail: timothy.s.peters3.ctr@army.mil, Anthony R. Pavese, Contracting Officer via e-mail: anthony.r.pavese.civ@army.mil and Ronald M. Stinson, Contract Specialist via e-mail: ronald.m.stinson.civ@army.mil. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site Visits are available at the following date(s)/time(s): Address: PFC Melvin L. Brown USARC/BMA 104-1, 6400 Clearfield Woodland Highway, Clearfield, PA 16830 i. ___28 November_______ at __11__ AM (Ante Meridian) EST (Eastern Standard Time) b. Alternate Site Visit: i. ___30 November_______ at _11___ AM (Ante Meridian) EST (Eastern Standard Time) All notifications to attend a visit shall be submitted via e-mail at least 24 hours prior to the scheduled Site 8. Questions regarding this solicitation shall be submitted in writing via e-mail no later than 2:00PM EST on Friday, 2 December 2022 to both, Ronald M. Stinson, Contract Specialist, e-mail: ronald.m.stinson.civ@army.mil and Anthony R. Pavese, Contracting Officer, e-mail: anthony.r.pavese.civ@army.mil. 9. Completing a Quote for Submittal: (a.) Quotes are due no later than the date and time listed in Standard Form (SF) 1449, Block 8 and shall be submitted via email to BOTH: Ronald Stinson, Contract Specialist at ronald.m.stinson.civ@army.mil , Anthony Pavese, Contracting Officer at anthony.r.pavese.civ@army.mil. Updates to this solicitation will be posted on the SAM website (www.sam.gov/). Local time for this requirement is Eastern Standard Time (EST). No other forms of delivery proposal will be accepted or reviewed by the Government other than those delivered by means expressed in Solicitation W15QKN-23-Q-5020 (SUCH AS E-MAIL DELIVERY ONLY.) (b) Offeror(s) shall provide with their offer, the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. (c) Offeror(s) shall submit a signed Standard Form (SF) 1449 (Blocks 30a and 30b). (d) Offeror(s) shall provide a price for all FFP Contract Line Item Number (CLIN) for the base period and option periods on the SF 1449 Continuation Sheets of the solicitation. (e) Pricing for each CLIN shall be submitted in the proper format. The proper format consists of QUANTITY times (x) UNIT PRICE equals (=) AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided (/) by the QUANTITY will be held to be the intended price. (f) Offerors shall submit with their offer, their valid Certificate of Insurance, as prime contractor, in accordance with the requirements and applicable insurance amounts set forth within the solicitation at FAR clause 52.228-5, "Insurance - Work on a Government Installation," and "Insurance Requirements." (g) Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code stated at Block 10 of this SF 1449. (h) Offeror shall complete all "fill-ins" in provisions and clauses that apply and include with submission response to this solicitation. (i) Failure to provide any applicable information required by this solicitation may result in the Offeror being deemed non-responsive and ineligible for award. 10. All services shall be performed in accordance with the Performance Work Statement (PWS). 11. All offers shall remain valid for 120 calendar days.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents