SNOW AND ICE REMOVAL SERVICE for the CLOCK TOWER COMPLEX IN ROCK ISLAND, ILLINOIS
ID: W912EK24R0034Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- SNOW REMOVAL/SALT (S218)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense requires snow and ice removal services for the Clock Tower Complex in Rock Island, Illinois, spanning various areas totaling over 200,000 square feet. Experience in commercial snow and ice management is essential, with priority given to contractors who can self-perform the work and respond rapidly to emergencies. The US Army Corps of Engineers seeks a reliable partner for this five-year contract, offering a comprehensive Quality Assurance Surveillance Plan to ensure adherence to performance standards. Interested parties should carefully review the solicitation document W912EK24R0034 for key deadlines and further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan aims to ensure contractors adhere to the terms of a Performance Based Service Contract. It outlines critical performance processes, establishing standards for timeliness, accuracy, and quality. Surveillance methods include random monitoring, contractor self-reporting, and customer feedback, with an emphasis on assessing schedule adherence, service quality, and past performance. Performance measurement is detailed, focusing on contract services, overall performance, self-reporting, and customer complaints. The plan outlines penalties for inadequate performance, including potential financial deductions and contract discrepancy reports. The government reserves the right to inspect and reject work that doesn't meet requirements, encouraging timely and high-quality service delivery.
    The document contains important information regarding a government procurement initiative. It highlights compatibility issues with older software versions, directing users to upgrade to the latest Adobe Reader for optimal viewing. This is essential for ensuring that bidders on the government contract can access and properly view the details. The narrative emphasizes the need for an updated PDF viewer, mentioning trademarks of renowned technology companies to validate the recommendation.
    The document appears to be a fragmented and corrupted text without coherent information. It includes scattered phrases and references related to government administration, youth programs in Poland, email management, and potentially some legal or compliance topics. However, due to the jumbled nature, no clear summary or actionable insights can be derived from this content.
    The file is in regards to a government procurement for the Clock Tower Complex Building 340. The complex is in need of maintenance and upgrades, particularly in Building 340, and the government is seeking bids from contractors to undertake the required work. The scope of the project encompasses various tasks, from parking lot repairs to more complex architectural modifications. The file emphasizes the need for an integrated approach, indicating that the government is seeking a single contractor to manage the entire scope of work. It is clear that the aim is to revitalize the complex, and the government is open to bids, with the emphasis on experience and a holistic approach to the project.
    The file specifies requirements for snow removal services across nine distinct areas, totalling approximately 206,500 square feet. Each area has a different surface area, with locations labelled from A to I. This comprehensive snow removal contract encompasses a substantial footprint, emphasizing the need for efficient and timely winter maintenance. The areas depicted in the file appear to be government-owned, with the US Army Corps of Engineers Rock Island District explicitly mentioned. Bidders will need to provide a detailed strategy to manage these extensive spaces while adhering to stringent standards.
    The document outlines a snow removal contract for Building 340, encompassing an approximate 3,000 square feet area labeled as Area J. This space requires regular snow clearance, with the contract specifying the designated areas in detailed diagrams. The focus is on providing a comprehensive understanding of the physical space and the snow removal requirements for efficient procurement decisions.
    The file specifies a requirement for snow removal services in a parking lot designated as Area K. The lot spans 80,000 square feet, measuring 280' by 285'. The RFP seeks proposals for efficiently clearing this extensive area, indicating a focus on effective snow management strategies. It's likely there will be specific areas that require attention, such as entrances, exits, and access routes, which will need to be kept clear for optimal functionality. This information is crucial for prospective bidders to formulate a comprehensive plan, ensuring they can deliver on the government's snow removal needs.
    The government agency seeks a prime contractor for snow removal and ice control services, emphasizing commercial contracts. Applicants must have five years of experience, with references, in ice control on commercial projects. They must provide detailed descriptions of at least two recent projects, showcasing their ability to handle significant ice control requirements. The agency prioritizes hands-on expertise in managing extensive snow and ice control operations.
    The government agency seeks a prime contractor to provide rapid response to snow or ice emergencies. Contractors must demonstrate the ability to self-perform a substantial majority (85%) of the work, with proof of staff and equipment, including on-site vehicles and machinery. They must respond within a tight timeframe of 1 hour, and provide evidence of salt availability for ice control. The focus is on the contractor's capability to mobilize quickly with the necessary resources, ensuring efficient emergency response. This information will help the government evaluate the contractor's suitability for this time-sensitive role.
    The US Army Corps of Engineers seeks a contractor for snow and ice removal services at the Clock Tower Complex in Rock Island, Illinois. The non-personal services contract entails plowing, shoveling, and ice control, with response times within one hour of notification. The work areas include parking lots, sidewalks, and entrances, requiring around-the-clock availability. The contract is a Firm Fixed Price Requirements contract, offering a 12-month base with four 12-month options, spanning a potential five-year period. Evaluation criteria prioritize technical capability and experience, with price consideration, using a Lowest Price Technically Acceptable approach. Offerors must demonstrate self-performance capability, rapid response, and appropriate equipment, providing detailed pricing for snow and ice removal occasions. The solicitation is aimed at Service-Disabled Veteran-Owned Small Businesses, with strict security and compliance provisions, incorporating sustainability and safety measures. Questions must be submitted by a specified deadline, ahead of the offer due date.
    Similar Opportunities
    SECTOR LAKE MICHIGAN SNOW REMOVAL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for snow removal and de-icing services at the Sector Lake Michigan facility located in Milwaukee, Wisconsin. The contract encompasses a base year with four option years, requiring the contractor to manage snow clearing over approximately 2.7 acres of paved surfaces and sidewalks, ensuring compliance with safety regulations to protect the environment, particularly Lake Michigan. Interested vendors must submit their proposals on business letterhead, detailing estimated materials, labor, and man-hours, with all quotes directed to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL. A site visit is scheduled for October 30, 2024, at 10:00 AM Central Time, and contractors must be registered with the System for Award Management (SAM) to be eligible for consideration.
    SOMERSWORTH - SNOW - FY25
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-NJ, is seeking qualified contractors for snow and ice removal services at the Somersworth USARC in New Hampshire for fiscal year 2025. The contractor will be responsible for maintaining safe and clean conditions by providing all necessary personnel, equipment, and materials, while adhering to federal, state, and local regulations. This non-personal services contract emphasizes the importance of timely response, quality control, and effective communication, with a focus on minimizing disruption to government operations. Interested parties should submit their capability statements and CAGE Codes to the primary contact, Ryan Nicklous, at ryan.p.nicklous.civ@army.mil by the specified response date.
    Snow Removal and Sanding Services, Colebrook River Lake, Colebrook, CT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting bids for snow removal and sanding services at the Colebrook River Lake Project in Colebrook, Connecticut. The procurement requires contractors to provide all necessary equipment, materials, labor, and transportation to ensure timely snow removal and sanding during various snow events, with specific attention to safety and accessibility for project office areas and associated sites. This service is crucial for maintaining operational efficiency and enhancing visitor experiences at the recreational facilities surrounding Colebrook River Lake. Interested vendors must submit their quotes via email to Alicia LaCrosse by October 28, 2024, and must have an active registration in SAM.gov to be considered for the contract, which is set aside for small businesses under NAICS code 561730.
    W15QKN-25-R-A002 - Pre-Solicitation Notice (Synopsis) for Snow and Ice Removal Services for Ayer, MA
    Active
    Dept Of Defense
    The Department of Defense, through the Army's W6QK ACC-PICA office, is preparing to solicit bids for snow and ice removal services in Ayer, MA, aimed at supporting the 99th Readiness Division. The procurement is set aside for small businesses under the SBA guidelines, specifically targeting services classified under NAICS code 561790, which pertains to other services to buildings and dwellings. These services are crucial for maintaining safe and accessible environments during winter conditions, ensuring operational readiness for military facilities. The solicitation is expected to be posted on or about October 29, 2024, and interested parties can reach out to Theodore Goutzioulis at the provided email or phone number for further inquiries.
    Base Notice: Lanscaping, Tree Removal, & Snow Plowing Services BPA - W911S2-LAND -TREE-SNOW
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for landscaping, tree removal, and snow plowing services at Fort Drum, New York. The services include landscaping, tree removal, and snow removal within specific designated areas. The Contractor must be able to provide these services 24/7 with a maximum response time of one hour for emergency services. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management under NAICS 561730.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Industrial plant equipment machine moves
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Rock Island, Illinois, is seeking qualified contractors to establish multiple Blanket Purchase Agreements (BPAs) for industrial plant equipment machine moves at the Rock Island Arsenal-Joint Manufacturing and Technology Center (RIA-JMTC). The procurement aims to supplement internal capabilities for the safe and efficient relocation, installation, and leveling of industrial machinery, with a focus on compliance with manufacturer specifications and OSHA safety standards. Contractors must demonstrate the ability to handle equipment weighing up to 50 tons, possess necessary lifting and moving equipment, and employ personnel with at least two years of relevant experience. Interested vendors are encouraged to submit a Technical Information Questionnaire and capabilities statement by the specified deadline, with BPAs expected to be effective no earlier than February 6, 2025. For further inquiries, contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    Snow and Ice Removal and Surface Treatment Services
    Active
    Veterans Affairs, Department Of
    Solicitation: VETERANS AFFAIRS, DEPARTMENT OF is seeking Snow and Ice Removal and Surface Treatment Services in Fayetteville, Arkansas. This service is typically used for clearing snow and ice from the facility located at 1100 North College Avenue. Interested parties must be registered in the U.S. Small Business Administration's Veteran Small Business Certification (VetCert) database and the System for Award Management (SAM). Questions regarding the solicitation must be submitted in writing to james.hunt2@va.gov by October 11, 2023. A site visit is scheduled for October 10, 2023, at 9:30am.
    183 CES Construct Tower Foundation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking a construction service for the 183 CES Construct Tower Foundation in Springfield, Illinois. The service involves the construction of reinforced concrete foundations to support a truss type communications tower. The contract duration is 59 days, and the project is set aside 100% for Small Business. The NAICS code for this project is 236220, with a size standard of $45,000,000. Interested contractors are encouraged to attend the pre-bid conference and site visit. The tentative date for issuing the solicitation is late May 2024, and the bid opening date is tentatively scheduled for mid-late June. Interested offerors must be registered in SAM.gov to access the solicitation and associated information. The official plans and specifications will be available on the Contract Opportunities website.