If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and at least 50% of the cost of contract performance incurred for personnel will have to be expended for employees of the prime contractor.
Though not assured or guaranteed, it is anticipated that a combined synopsis-solicitation for this requirement will posted to the Federal Business Opportunities website http://www.fbo.gov under reference number FA8751-15-R-0022 on or about AUG 2015. Potential offerors are encouraged to become familiar with the requirement and to check the Federal Business Opportunities site for updates to this notice.
The solicitation will be conducted under NAICS code 561790 with an associated small business size standard of $7,500,000 average annual revenue over the last 3 years. No set-aside determination has been made.
DESCRIPTION
Capable sources are sought to maintain accessible roads, walkways, and adjacent areas for 2 government agencies located at Griffiss Business and Technology Park in Rome NY: the Air Force Research Laboratory Information Directorate (AFRL/RRS) and Defense Finance and Accounting Service (DFAS). The anticipated period of performance is 01 Nov 2015 through 31 Oct 2016 plus 4 option years. If all options are exercised, performance would conclude 31 Oct 2020.
The contractor shall provide all labor, materials, and equipment necessary to remove snow, haul snow, and mitigate ice on road network, walks, parking areas, and around buildings as required, eliminating hazardous driving and walking conditions. In addition, the contractor shall furnish all labor, materials, and equipment necessary to remove ice mitigation materials from all roads, walks, parking areas, and adjacent lawn areas at the conclusion of the snow removal season. The area to be serviced is approximately 155,000 SY.
The attached DRAFT Performance Work Statement (ATTACHMENT 1) provides further details for this requirement. Interested offerors are encouraged to review the DRAFT Performance Work Statement and provide comments and/or questions.
RESPONSE PROCEDURE
Prime contractors who are 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, or SB concerns and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. 17 June 2015:
(1) a positive statement of intent to submit a proposal for this solicitation as a prime contractor. Include a description of how the 50% requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for;
(2) dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.);
(3) Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Submit information about contract efforts that required an area to be serviced of 100,000 SY or greater and that consisted of a combination of parking lots, sidewalks, and other areas. Include such information as contract requirements, contract amounts, performance periods, and points of contact.
(4) Description of prime contractor's Safety and Quality Control methodologies. This should be general and not exceed two (2) pages in length. Ensure both Safety and Quality Control are addressed.
All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns. Failure to submit all information requested would result in a contractor being considered ‘not interested' in this requirement.
Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Ms. Janis Norelli, Small Business Specialist, tel 315-330-3311, 26 Electronic Parkway, Rome NY, 13441-4514, with an email copy to to Ashley Ellinger at 315-330-4496, Email [email protected] and John Haberer, 315-330-4378, [email protected].
Point of Contact:
Ashley Ellinger
Contract Specialist,
Phone: 315-330-4496,
Fax: 315-330-2555,
Email: [email protected]
NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov.
All responsible sources may submit a proposal which shall be considered by the agency.