Pennsylvania Bids > Bid Detail

Snow Removal for Public Works PA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159058516210550
Posted Date: Jan 25, 2023
Due Date: Feb 7, 2023
Solicitation No: N4008523B2506
Source: https://sam.gov/opp/d201f3146b...
Follow
Snow Removal for Public Works PA
Active
Contract Opportunity
Notice ID
N4008523B2506
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 25, 2023 04:02 pm EST
  • Original Response Date: Feb 07, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S218 - HOUSEKEEPING- SNOW REMOVAL/SALT
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Philadelphia , PA 19112
    USA
Description





THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.





Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.





A Facility Support, Indefinite Delivery-Indefinite Quantity, Performance-Based contract with Non-Recurring services is anticipated. The total contract term, including the exercise of any options, shall not exceed 60 months. Services may be ordered utilizing FEDMALL, or a Task Order, on a need basis. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide snow loading and hauling services. Services include, but are not limited to all pavement sweeping services, snow and ice removal services, snow management, and deicing operations located at the Naval Support Activity and Philadelphia Naval Business Center (PNBC), Philadelphia, PA.





General Work Requirements:





The intent of Annex 1503060 Pavement Clearance is to specify the requirements to provide all labor, management, supervision, tools, material, and equipment required to perform Pavement Clearance at Naval Station Activity-Philadelphia (NSA-P), 700 Robbins Street Philadelphia, PA 19111 and Philadelphia Naval Business Center (PNBC), South Broad Street, Philadelphia, PA 19112



All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. The appropriate NAICS Code is 561730, size standard $9.5 million.





It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:



(1) Examples of projects worked within the last five (5) years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the area of responsibility (AOR). Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.





Size: A snow loading and hauling services contract with a yearly value of at least $800,000.00 for non- recurring services.





Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to perform Pavement Clearance



Complexity: Demonstrate the ability to provide qualified personnel, technical knowledge, experience and skills required to efficiently provide snow removal services. In addition, demonstrate the ability to manage competing priorities in order to support customer demands.





(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), DUNS number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.



(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.



The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.



Responses to this Sources Sought Notice shall be submitted electronically to tiffany.m.taitano.civ@us.navy.mil . Responses must be received no later than 2:00 PM Eastern Time on 07 February 2023. Questions regarding this sources sought notice should be emailed to Tiffany Taitano as indicated above.










Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 25, 2023 04:02 pm ESTSources Sought (Original)

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 >