Editor’s note: Various government and municipal organizations issue requests for proposals (RFPs) when they wish to outsource different types of services. Many PCOs continually consult RFP listings to stay aware of the government and municipal opportunities available to their businesses. Since these listings can be a valuable source to PCOs who wish to expand their service bases, PCTOnline offers weekly RFP listings. Visit http://www.fedbizopps.gov for more RFP opportunities.
General Information
Document Type: Presolicitation Notice
Solicitation Number: FA4610-06-R-0014
Posted Date: Dec 27, 2006
Original Response Date: Feb 09, 2007
Current Response Date: Feb 09, 2007
Original Archive Date: Feb 09, 2007
Current Archive Date: Feb 09, 2007
Classification Code: S -- Utilities and housekeeping services
Set Aside: Total Small Business
Naics Code: 561710 -- Exterminating and Pest Control Services
Contracting Office Address
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, Section 2C 806 13th Street, Ste 2, Vandenberg AFB, CA, 93437-5226, UNITED STATES
Description
The 30th Space Wing, Vandenberg AFB, CA is soliciting offers for Pest Control Services. The Contractor shall provide all management, licenses, laboratory testing, tools, supplies, equipment, materials, transportation and labor necessary to develop and implement an Integrated Pest Management Plan (IPMP) at Vandenberg Air Force Base (VAFB), California that will comply with all applicable federal, state and local laws; DOD directives, and Air Force Requirements to provide general pest control at identified food facilities and burrowing rodent control in selected areas or by the direction of the government. Solicitation Number FA4610-06-R-0014 is hereby issued as a Request For Quote. This acquisition is set-aside for small business only ? NAICS is 561710. The Small Business Size standard is $5 million annually. Contractor tasks are: 0001 Burrowing Rodent Control - 9 months, 0002 Food Facility Inspections ? 9 months, and 0003 Data/Reports ? 1 ea (not separately priced) on Vandenberg AFB, CA. NO telephone requests for hard copies of the solicitation package will be accepted. The Performance Work Statement (PWS) dated 22 June 2006 is posted under the solicitation number FA4610-06-R-0014 as well. Period of Performance is 1 April 2007 through 30 Sep 2007 with four one-year option periods, if exercised. Resulting contract award will be a Firm-Fixed Price. A Site visit is scheduled for 11 Jan 2007 at at 8:30am. Please call 805-605-7040 or email kristina.mercer@vandenberg.af.mil the names of interested parties for vouching purposes and further information. Transportation around Vandenberg AFB for areas of interest for contract will be provided by government. Due to the nature of this project, it is highly encouraged that all offerors attend this site visit. Only contractors actively registered in the Central Contractor Registry (CCR) will be considered for award. (see http://www.ccr.gov/ for registration information). Offers must be submitted in written responses(mailed)and received no later than 4:00 pm PST on 9 Feb 2007 to the attention of Kristina Mercer, 30 CONS/LGCB, Bldg 8500, Room 150, 1515 Iceland Ave, Vandenberg AFB, CA 93437-5212. Alternate is Claudia McMorris, Contracting Officer. Oral responses are not acceptable. Quote validity is for 90 days from day of quote. The Service Contract Act is applicable to this award (http://www.wdol.gov/wdol/scafiles/std/94-2063.txt). The full text of all clauses are available online at http://farsite.hill.af.mil
Point of Contact
Kristina Mercer, Contracting Specialist, Phone 805-605-7040, Fax 805-606-5867, Email kristina.mercer@vandenberg.af.mil - Claudia McMorris, Contract Specialist, Phone (805) 606-1733, Fax (805) 922-1703, Email claudia.mcmorris@vandenberg.af.mil
Place of Performance
Address: Vandenberg AFB, CA
Postal Code: 93437
Country: UNITED STATES
----------------------------------------------------------------------
General Information
Document Type: Sources Sought Notice
Solicitation Number: 263-2007-Q-(GI)-0057
Posted Date: Jan 08, 2007
Original Response Date: Jan 22, 2007
Current Response Date: Jan 22, 2007
Original Archive Date:
Current Archive Date:
Classification Code: S -- Utilities and housekeeping services
Naics Code: 561710 -- Exterminating and Pest Control Services
Contracting Office Address
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663, UNITED STATES
Description
The National Institutes of Health (NIH), Office of Research Services (ORS), is conducting a market survey to determine the availability and potential technical capability of contractors to provide services for the development and implementation of a comprehensive Integrated Pest Management Program (IPMP). The services will be performed in approximately 105 NIH campus facilities (patient care, food services and support facilities) located in Bethesda/Rockville, Maryland and leased buildings in the surrounding Washington Metropolitan area. Assessment services will only be required for approximately 19 of the leased facilities. The Contractor shall provide all labor, supervision, tools, materials, parts, equipment, and transportation necessary to develop, implement and maintain a comprehensive IPMP in accordance with all applicable federal, state and local laws, and contract requirements. Only the most current and effective pest management practices shall be used in the IPMP. Pest management practices are based on thorough inspections, pest monitoring, collecting, evaluating and reporting data, identifying housekeeping and structural deficiencies, and training pest management contractor and NIH personnel. Pest control is accomplished through identifying required control measures, determining the type of control measures, and the method(s) of application. The Contractor shall be responsible for surveying, monitoring, plan development, assessment of facility conditions and personnel practices, applying pesticides, and sealing pathways and harborage. The Contractor MUST have a Commercial Pesticide Business License and ensure personnel have required licenses to perform in accordance to all federal, state and local laws, such as certification for a Pesticide Applicator by the Maryland Department of Agriculture. The Contractor MUST have a Quality Control Supervisor with a degree in biological sciences on staff. The Contractor will be required to provide an approach for the development of IPM programs, service schedules, pest management monitoring, surveying and quality assurance. The intended procurement will be classified under NAICS Code 561710 with a size standard of $6 Million. The period of performance shall be for one 12-month base year with four 12-month option periods from date of award.
If your organization is potentially capable in performing these services, please provide the following information: 1) Organization name, address, email address, website address and telephone number as well as size and type of ownership for the organization (i.e., small business, small disadvantage business, 8(a), woman-owned, Historically Underutilized Business Zone (HUBZone), and Veteran and/or Service-disabled Veteran); 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; and 3) Number of facilities managed. 4) Please let us know if you feel your company would require a site visit. Firms responding to this market survey should keep in mind that only focused pertinent information is requested.
RESPONDING FIRMS SHOULD PROVIDE TWO COPIES OF THE CAPABILITY STATEMENT BY JANUARY 22, 2007 AT 2:00 PM LOCAL TIME and mail to Terita R. Stevenson, 6011 Executive Boulevard, Room 539-C, Bethesda, Maryland 20892-7663. (NOTE: If you are using a courier service, Federal Express, UPS, or Express Mail, the city, state, and zip code should read ROCKVILLE, MD 20852).
This market survey is being conducted through Fedbizopps.gov to reach the widest possible audience and to gather current market information. The Government has the right to set aside this procurement exclusively for 8(a) or small business participation as the result of this market survey.
THERE IS NO SOLICITATION AT THIS TIME. Interested offerors may register at http://www.fbo.gov to receive notification when the solicitation and any amendments are issued and available for downloading. We recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. All updates/amendments pertaining to this requirement will only be posted and made available for viewing and downloading on the Government Electronic Posting System (Fedbizopps) site at http://www.fbo.gov. It is the Offerors responsibility to review this site frequently for updates to any and all documents. All vendors/prospective contractors must be registered with the Central Contractors Registration (www.ccr.gov) prior to award date.
Point of Contact
Terita Stevenson, Contract Specialist, Phone 301-402-3727, Fax 301-480-1203, Email stevenst@od.nih.gov