To place a bid or register go to Unison Marketplace

View Details for Buy # 1087948_01

View Other Versions: 1087948 

General Buy Information

Buy #: 1087948_01  
Solicitation #: W911WN22Q6742
Buy Description: OPTION - Neville Island and West View Snow Removal and Ice Control Services Contract
Category: S2 -- Housekeeping Services
Sub Category: S208 -- HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
NAICS: 561790 -- Other Services to Buildings and Dwellings
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: USACE - Pittsburgh
End Date: 12/15/2021
End Time: 15:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: Period of Performance - See below
Repost Reason: Remove clause 252-223-7999, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009) from Attachment 2 - Solicitation Provisions and Clauses
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s) Base

Base Period of Performance: 12/23/2021 - 09/30/2022
Item No Description Qty Unit
001 PEWARS Location SNOW REMOVAL - CLASS A Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 0 EA
002 West View Location SNOW REMOVAL - CLASS A Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 0 EA
003 PEWARS Location SNOW REMOVAL - CLASS B Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 9 EA
004 West View Location SNOW REMOVAL - CLASS B Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 9 EA
005 PEWARS Location SNOW REMOVAL - CLASS C Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 5 EA
006 West View Location SNOW REMOVAL - CLASS C Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 5 EA
007 PEWARS Location SNOW REMOVAL - CLASS D Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 0 EA
008 West View Location SNOW REMOVAL - CLASS D Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 0 EA
009 PEWARS Location SNOW REMOVAL - CLASS E Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 2 EA
010 West View Location SNOW REMOVAL - CLASS E Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 2 EA
011 PEWARS Location SNOW REMOVAL - CLASS F Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 0 EA
012 West View Location SNOW REMOVAL - CLASS F Date of Award - April 2022 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 0 EA

Line Item(s) Option 1

Option 1 Period of Performance: 10/01/2022 - 09/30/2023
Item No Description Qty Unit
001 PEWARS Location SNOW REMOVAL - CLASS A October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 2 EA
002 West View Location SNOW REMOVAL - CLASS A October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 3 EA
003 PEWARS Location SNOW REMOVAL - CLASS B October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 4 EA
004 West View Location SNOW REMOVAL - CLASS B October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 3 EA
005 PEWARS Location SNOW REMOVAL - CLASS C October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 6 EA
006 West View Location SNOW REMOVAL - CLASS C October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 6 EA
007 PEWARS Location SNOW REMOVAL - CLASS D October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 0 EA
008 West View Location SNOW REMOVAL - CLASS D October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 0 EA
009 PEWARS Location SNOW REMOVAL - CLASS E October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 0 EA
010 West View Location SNOW REMOVAL - CLASS E October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 0 EA
011 PEWARS Location SNOW REMOVAL - CLASS F October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 0 EA
012 West View Location SNOW REMOVAL - CLASS F October 2022 - April 2023 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 0 EA

Line Item(s) Option 2

Option 2 Period of Performance: 10/01/2023 - 09/30/2024
Item No Description Qty Unit
001 PEWARS Location SNOW REMOVAL - CLASS A October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 20 EA
002 West View Location SNOW REMOVAL - CLASS A October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 20 EA
003 PEWARS Location SNOW REMOVAL - CLASS B October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 15 EA
004 West View Location SNOW REMOVAL - CLASS B October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 15 EA
005 PEWARS Location SNOW REMOVAL - CLASS C October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 10 EA
006 West View Location SNOW REMOVAL - CLASS C October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 10 EA
007 PEWARS Location SNOW REMOVAL - CLASS D October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 5 EA
008 West View Location SNOW REMOVAL - CLASS D October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 5 EA
009 PEWARS Location SNOW REMOVAL - CLASS E October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 3 EA
010 West View Location SNOW REMOVAL - CLASS E October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 3 EA
011 PEWARS Location SNOW REMOVAL - CLASS F October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 2 EA
012 West View Location SNOW REMOVAL - CLASS F October 2023 - April 2024 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 2 EA

Line Item(s) Option 3

Option 3 Period of Performance: 10/01/2024 - 09/30/2025
Item No Description Qty Unit
001 PEWARS Location SNOW REMOVAL - CLASS A October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 20 EA
002 West View Location SNOW REMOVAL - CLASS A October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 20 EA
003 PEWARS Location SNOW REMOVAL - CLASS B October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 15 EA
004 West View Location SNOW REMOVAL - CLASS B October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 15 EA
005 PEWARS Location SNOW REMOVAL - CLASS C October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 10 EA
006 West View Location SNOW REMOVAL - CLASS C October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 10 EA
007 PEWARS Location SNOW REMOVAL - CLASS D October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 5 EA
008 West View Location SNOW REMOVAL - CLASS D October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 5 EA
009 PEWARS Location SNOW REMOVAL - CLASS E October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 3 EA
010 West View Location SNOW REMOVAL - CLASS E October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 3 EA
011 PEWARS Location SNOW REMOVAL - CLASS F October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 2 EA
012 West View Location SNOW REMOVAL - CLASS F October 2024 - April 2025 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 2 EA

Line Item(s) Option 4

Option 4 Period of Performance: 10/01/2025 - 09/30/2026
Item No Description Qty Unit
001 PEWARS Location SNOW REMOVAL - CLASS A October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 20 EA
002 West View Location SNOW REMOVAL - CLASS A October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 60) In Accordance with Attached Performance Work Statement 20 EA
003 PEWARS Location SNOW REMOVAL - CLASS B October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 15 EA
004 West View Location SNOW REMOVAL - CLASS B October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 75) In Accordance with Attached Performance Work Statement 15 EA
005 PEWARS Location SNOW REMOVAL - CLASS C October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 10 EA
006 West View Location SNOW REMOVAL - CLASS C October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 30) In Accordance with Attached Performance Work Statement 10 EA
007 PEWARS Location SNOW REMOVAL - CLASS D October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 5 EA
008 West View Location SNOW REMOVAL - CLASS D October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 15) In Accordance with Attached Performance Work Statement 5 EA
009 PEWARS Location SNOW REMOVAL - CLASS E October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 3 EA
010 West View Location SNOW REMOVAL - CLASS E October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 10) In Accordance with Attached Performance Work Statement 3 EA
011 PEWARS Location SNOW REMOVAL - CLASS F October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 2 EA
012 West View Location SNOW REMOVAL - CLASS F October 2025 - April 2026 (MINIMUM 0 - MAXIMUM 5) In Accordance with Attached Performance Work Statement 2 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
Base12/23/2021 - 09/30/2022
Option 110/01/2022 - 09/30/2023
Option 210/01/2023 - 09/30/2024
Option 310/01/2024 - 09/30/2025
Option 410/01/2025 - 09/30/2026

Buy Terms

Name Description
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Commercial Items Terms and Conditions The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
NAICS and Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $8,000,000.00.
No Multiple Awards No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).
FARSite FAR and DFARS provisions and clauses are current to the most recent dates posted on https://url.serverdata.net/?a5NlIIoNu6x4W82Y6AmlWmYolU-WW5RkCTYJeq9Fo9w2mdHpJz0y6p5BbIBC5d1UrKNYCWIpteyGn3YH2_vwkH7HbgfFwGhWWQrd0Dzi-6u_XBNforaAdDNqqOjs4oy8b.
Additional Discounts The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4
Basis of Award FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
Clauses and Provisions See Attachment 2 - Solicitation Provisions and Clauses

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_1_-_Performance_Work_Statement.pdf   602 KB
002 Attachment_2_-_Solicitation_Provisions_and_Clauses_0001.pdf   653 KB
003 Attachment_8_-_Contract_Discrepancy_Report_CDR.pdf   15 KB
004 Attachment_7_-_Activity_Hazard_Analysis.pdf   90 KB
005 Attachment_6_-_Accident_Prevention_Plan.pdf   209 KB
006 Attachment_5_-_Sample_Quality_Control_Plan.pdf   110 KB
007 Attachment_4_-_Maps.pdf   672 KB
008 Attachment_3_-_Wage_Determination_2015-4235.pdf   128 KB