New Jersey Bids > Bid Detail

S218--East Orange Snow & Ice Removal

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159713346782890
Posted Date: Nov 16, 2022
Due Date: Nov 23, 2022
Solicitation No: 36C24223Q0112
Source: https://sam.gov/opp/95dfa58c84...
Follow
S218--East Orange Snow & Ice Removal
Active
Contract Opportunity
Notice ID
36C24223Q0112
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
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: Nov 16, 2022 02:53 pm EST
  • Original Response Date: Nov 23, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S218 - HOUSEKEEPING- SNOW REMOVAL/SALT
  • NAICS Code:
    • 561790 - Other Services to Buildings and Dwellings
  • Place of Performance:
    East Orange & Lyons Campuses 385 Tremont Avenue , NJ 07018-1095
    USA
Description
The VISN 2 is in need of Snow Removal Services at both (Lyons & East Orange) New Jersey Veterans Affairs Medical Centers. This requirement for services to perform Snow Removal Services as outlined in the attached Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement.

The North American Industry Classification Systems (NAICS) Code for this requirement is 561790 Snow plowing driveways and parking lots (i.e., not combined with any other services). The Small Business Administration (SBA) size standard for this NAICS Code is $8.0 Million.

Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.Â

If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly:

1. SDVOSB
2. VOSB
3. Other capable small business firms

Eligible parties are required to provide the following capability information to the Contract Officer, Mr. Clifford S. Harrison (Clifford.Harrison@va.gov):Â

- Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW
- Capability to accomplish the work in the required timeframe
- Minimal three (3) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact (POC) and their contact information (telephone numbers and email addresses).
- DUNS number
- Business Size (Large/Small) under NAICS Code 561790
- Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.)
- Copy of VIP showing verified status
- Estimated cost of the required services

Responses to this notice must be submitted in writing via (email) and must be received not later than Wednesday, November 23rd at 12:00PM, email: Clifford.Harrison@va.gov it is the responsibility of the responder to ensure the timely delivery of their capability packages.

No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov

Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov ).

If a capability statement is not provided, I will assume your company can not provided the services.
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 16, 2022 02:53 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 >