Requests for Proposals (RFPs) for the Week of 1/5

A listing of various government and municipal opportunities available to PCOs.

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.

Description: Golf Course Pest Control Services
Solicitation Number: F1S2AA8311A001
Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: 95 CONS

Solicitation Number:
F1S2AA8311A001 Notice Type:
Combined Synopsis/Solicitation Synopsis:

This combined synopsis solicitation has been extended to 11 Jan 2009. This is a combined synopsis solicitation for commercial items prepared in accordance with format in Sub-part 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation number is F1S2AA8311A001. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and DFARs Change Notice (DCN) 20071108. This acquisition is a 100% Small Business Set-Aside. North American Industry Classification System (NAICS) is 561710, Small Business size standard is 7.0 million. All GSA and Non-GSA vendors are encouraged to participate in this solicitation. The contractor shall provide all management, licenses, personnel, laboratory testing, tools, supplies, equipment, transportation and labor to perform pest control services at the Muroc Lake Golf Course in accordance with (IAW) golf course industry commercial standards. In addition, the contractor shall develop and implement an Integrated Pest Management (IPM) plan that shall ensure the health and general well being of installation personnel. Period of performance: 1 Jan 09 - 30 Sep 09. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://www.farsite.hill.af.mil TO REGISTER,GO TO URL: http://www.ccr.gov/. The following provisions and clauses apply: 52.212-4, Acquisition of Commercial Items Provisions and Clauses. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. To read the provisions and clause in full text go to http://www.farsite.hill.af.mil. Provision 52.212-1, Instructions to Offerors commercial; clause 52.212-4, Contract Terms and Conditions Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Execute Orders Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; clause 52.212-2 Evaluationb Commercial Items, the following factor shall be used to evaluate offers: technically acceptable lowest price offer. Offerors must complete the provisions 52.212-3, Offeror Representations and Certifications Commercial Items for the offer via the ORCA website: http://orca .bpn.gov/login.aspx. 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Wage Determination No. 2005-2044 Revision (06). The following DFARS clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Apr 2007); 252.225-7001 Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Request; clause 252.225-7036, North American Free Trade Agreement Implementation Act. Offers are due at the 95th Air Base Wing, 95th Mission Support Group, 95th Contracting Squadron, 5 South Wolfe Avenue, Edwards AFB, CA 93524, on 11 Jan 2009, at 1:00 PM, Pacific Standard Time. Fax or email transmissions of quotes are preferred, Fax (661) 275-7804 or email to: myogene.park@edwards.af.mil. Please include the following information: Cage Code, Tax Identification Number, and fill-in the On-line Representation Certification Application (go to www.bpn.gov to register). Invoice processing will be done using the Wide Area Work-Flow (WAWF) at https://wawf.eb.mil; for assistance call Ms. Kelly Kayser at 661-277-7583 or email at kelly.kayser@edwards.af.mil. For previous workload history please refer to www.bsx.edwards.af.mil. Once you are there, scroll over AFFTC/PK Directorate of Contracting and click on Awards.

Contracting Office Address:
5 South Wolfe Avenue
Edwards Air Force Base, California 93524

Place of Performance:
5 South Wolfe Ave

Edwards AFB, California 93524
United States

Primary Point of Contact.:
Myogene K Park,
Contract Administrator
myogene.park@edwards.af.mil
Phone: 661-277-9554
Fax: 661-277-0470

****************************

Description: Regional Pest Control Services
Solicitation Number: N4008009Q0461
Agency: Department of the Navy
Office: Naval Facilities Engineering Command
Location: NAVFAC Washington

Solicitation Number:
N4008009Q0461

Synopsis:
The North American Industry Classification System (NAICS) Code for this Solicitation is: 561710. The size standard is $6,500,000.00.

The Department of the Navy (DON) is soliciting qualified parties interested in entering into a contract for pest control services at the following locations:

(1) Naval Support Facility (NSF) Anacostia, Washington, DC (includes seasonal WNV surveillance nearby the Bellevue Military Family Housing area adjacent to NRL)(2) Washington Navy Yard, Washington, DC(3) Naval Support Facility Naval Research Laboratory, Washington, DC (NRL)(4) Marine Corps Barracks, 8th and I Streets, Washington, DC(5) Naval Support Facility Naval Observatory, Washington, DC (6) National Naval Medical Center, Bethesda, MD (NNMC)(7) Naval Support Facility Arlington, VA (Arlington Service Center)(8) Naval Support Facility, Dahlgren, VA (Naval Surface Warfare Center)(9) Naval Support Facility, Indian Head, MD (Naval Surface Warfare Center)The Naval District Washington (NDW) Navy Region operates all Naval Installations in the National Capital Region under a single regional command structure. NAVFAC Washington, through its Navy Public Works Departments, provides facility operations support, including Pest Control services, to NDW sites and other DOD and Federal Agencies. The intent of this contract is to obtain Pest Control Services within the NDW Region for supported commands and Federal agencies. Contractor shall provide (a) on-site scheduled and unscheduled pest control services on a Firm Fixed price basis, and (b) on-site IDIQ unscheduled pest control services as needed, at Federal installations located within a 100-mile radius of the National Capitol Region (centered in Washington, DC).

Contracting Office Address:
N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
Point of Contact(s):
James H. Waite 202-685-8216