Requests for Proposals (RFPs) for the Week of 4/14

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.


Contracting Office Address:
Commanding Officer USCG Air Station Sitka 611 Airport Road
Sitka, Alaska 99835
United States

Place of Performance:
USCG AIRSTA SITKA USCG AIRSTA HOUSING USCG ANT TEAM 610/611 AIRPORT RD LIFESAVER DRIVE 613 AIRPORT RD
SITKA, Alaska 99835
United States

Description: An efficient and effective Integrated Pest Management (IPM) Program at US Coast Guard Air Station Sitka, 611 Airport Road, Sitka, Alaska 99835. For a more detailed description click here.

Primary Point of Contact.:
Kary W Goetz,
Supply Chief / Contracting Officer
kary.w.goetz@uscg.milSecondary Point of Contact:
REGINALD REINHARDT,
MAT3
REGINALD.K.REINHARDT@USCG.MIL
Phone: 9079665500
Fax: 9079665418

------------

Contracting Office Address:
1300 E Avenue, Building P-11200
Fort Lee, Virginia 23801-1800

Place of Performance:
DeCA commissaries located at Fort Polk Louisiana and Fort Hood I and II located in Texas

Description: Perform integrated pest management services at the Barksdale AFB, Louisiana, Fort Hood 1 and Fort Hood II, Texas Commissaries.  The Period of Performance is August 1, 2008 through July 31, 2009, and will include service twice a month.  This Request for Quotation (RFQ) will be issued on or about April 16, 2008 with a tentative closing date of May 1, 2008.  The anticipated award date will be May 30, 2008.  This procurement is being issued on an unrestricted basis.  The North American Industry Classification System (NAICS) Code is 561710 and the business size standard is $6.5 million.  This RFQ will be available on www.fbo.gov under ODA (Other Defense Agencies). Potential offerors are encouraged to use this web site to obtain a copy of this RFQ.  All requests for paper copies of this RFQ must be in writing and addressed to:  Defense Commissary Agency, ATTN:  AMDS (Vanessa Walker), 1300 E Avenue, Fort Lee Virginia 23801-1800.  Requests must include company name, address, telephone and facsimile number of the requester, Dun and Bradstreet number and business size.   By submitting an offer, the offeror acknowledges the requirement to be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) prior to award of any contract or purchase order.  Multiple awards will be considered.  Facsimile or e-mail requests will be accepted.  Fax number is 804-734-8669.  E-mail address is vanessa.walker@deca.mil.  All responsible sources may submit a proposal, which shall be considered.

Primary Point of Contact.:
Vanessa L. Walker,
Contract Specialist
vanessa.walker@deca.mil
Phone: 804-734-8531
Fax: 804-734-8669

------------

Contracting Office Address:
300 East Main Street Suite 965
Norfolk, Virginia 23510-9113

Place of Performance:
U. S. Coast Guard Sector, New York
Staten Island, New York 10305
United States

Description: The U. S. Coast Guard Maintenance and Logistics Command Atlantic (MLCLANT) is procuring services under Solicitation HSCG84-08-Q-AA1228 which will be available electronically on or about April 9, 2008 via FedBizOpps at www.fbo.gov.  This acquisition is to provide all labor, materials, equipment, transportation and supervision necessary to provide pest control services to be performed at U. S. Coast Guard Sector, New York.  The solicitation will be issued in accordance with FAR Part 12 and 15, Acquisition of Commercial Items.  The Government will award a contract for this request for quotation to the responsible offeror whose proposal conforms to the solicitation, which will be most advantageous to the Government, price and other factors considered.  The period of performance is one base year, beginning 1 October 2008 through 30 September 2009, with nine one-year options (1 October through 30 September).  The NAICS Code is 561710.  The size standard is $6.5 million. This requirement is set-aside for small business concerns.  No paper copies of the solicitation will be distributed.  Amendments to the solicitation will also be provided on the Internet using the same protocol listed above.  All vendors will be responsible for obtaining the solicitation and any subsequent amendments from the above site.  If you have any questions, contact the Contract Specialist, Roberta Smith at (757) 628-4117 or e-mail address:  Roberta.H.Smith@uscg.mil.  Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232.33. 

Primary Point of Contact.:
Roberta H Smith
Roberta.H.Smith@uscg.mil
Phone: 757-628-4117