Requests for Proposals (RFPs) for the Week of 5/25

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.

SOLICITATION: Solicitation Number: N4008009R0460
Agency: Department of the Navy
Office: Naval Facilities Engineering Command
Location: NAVFAC Washington

DESCRIPTION: THIS IS A RE-PUBLICATION OF PREVIOUSLY ANNOUNCED SYNOPSIS #N4008008R0465, DATED 23 OCT 2008, WHICH IS NOW DELETED. THE NEW SYNOPSIS #N4008009R0460 REPLACED THE PREVIOUSLY PUBLISHED SYNOPSIS AND REFLECTS CURRENT FY-09 NUMBERING SYSTEM AND IS CURRENT AS OF 16 MAR 2009.

THIS PRE-SOLICITATION IS BEING ADVERTISED AS AN 8(a) SMALL BUSINESS SET ASIDE BASIS. The North American Industry Classification System (NAICS) Code for this Solicitation is: 561730. The size standard is $7,000,000.00. The Government intends to award a Firm Fixed Price with an Indefinite Delivery Indefinite Quantity (IDIQ) type contract. This contract is for a base year and four (4) one-year option periods, plus five Award Year Option of 12-months each based on contractor performance for a total of ten years. The estimated value for this solicitation is between $75M to $95M.

The work includes Grounds Maintenance service with pest control, and snow removal service for the winter months. This contract will incorporate 100-mile radius of the Washington DC Metropolitan area to include but not limited to the following sites: Washington Navy Yard, Naval Station Anacostia, Bolling AFB, Defense Intelligence Agency, Naval Research Lab, Navy Lodge Anacostia, Arlington Service Center, US Naval Observatory, NNMC Bethesda and its associated sites, and Marine Base Quantico and all of its associated sites. The Government reserves the right to add or delete sites within the scope of this contract within 100-mile radius.

The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal confirming to the solicitation will be a BEST VALUE to the Government, price and technical factors considered. The specific evaluation factors will be included in the Solicitation. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposes; use tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest price proposer or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms! . Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals.

The solicitation will be issued approximately end of MAR or early APR 2009. The receipt date of proposals will be identified in the solicitation. The solicitation is available in electronic format only. The official access to the solicitation is at the Navy Electronic Commerce Online (NECO) via the Internet at https://www.neco.navy.mil/. Contractors are encouraged to register for the solicitation when downloading from the NECO website. Only registered contractors will be notified by email when amendments to the solicitation are issued. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an! offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Technical inquiries shall be emailed to Mr. Claro Padlan at claro.padlan@navy.mil.

https://www.neco.navy.mil/biz_ops/840-v5soln.aspx?so...https://www.neco.navy.mil/biz_ops/840-v5soln.aspx?soln=N4008009R0460
To copy full link address, right-click and select "Copy Shortcut" or "Copy Link Location."Description: See Solicitation

Contracting Office Address:
N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC

Place of Performance:
NAVFAC WASHINGTON, AQ-111314 HARWOOD ST., S.E.WASHINGTON NAVY YARD, WASHINGTON, DC
20374
USA

Point of Contact(s):
Mr. CLARO PADLAN 202-685-3308

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

SOLICITATION: Bash Wild Life Services Solicitation Number: BashWildlifeControlServices Agency: Department of the Air Force Office: Air Mobility Command Location: 62nd CONS

DESCRIPTION: McChord AFB, WA intends to award a Firm Fixed Price (FFP) service contract for Bash, Wildlife Services including one base year and four one year option period. The period of performance will be from 1 October 2009 through 30 September 2014. This commercial acquisition will be accomplished in accordance with FAR Part 12 and 15. Contract Award will be made to the Offeror who is deemed responsible, whose proposal conforms to the Request for Proposal requirements, and is judged to represent the Best value to the Government. Only one award will be made. The contractor shall perform Bash, Wildlife Services to include: wildlife control to eliminate or mitigate risk from wildlife at McChord AFB and yield a safe operating environment for air operations on the airfield/aerodrome. One of the primary wildlife control programs the contractor shall use is the falconry program. This falconry program known as the Bird of Prey Program (BOPP) provides bird abatement for the entire airfield and surrounding base. Contractor will be a federally licensed Master Level Falconer. The Master Falconer establishes and maintains a territory around the airfield/runway area and discourages all other bird species from entering this territory. The contractor shall provide everything necessary to perform these services. Other specific requirements are specified within the solicitation. In accordance with FAR 19.502, this action is 100% set aside for Small Businesses. The Small Business Size Standard for this solicitation is $7.0 million. The applicable North American Industry Classification Code (NAICS) is 561710. The Government reserves the unilateral right to exercise any option periods. The closing date and time for submission of offerors will be contained in the solicitation package. The solicitation notices and any/all amendments will be posted and available for viewing and downloading on the Government Electronic System (EPS) site at www.fbo.gov. Paper copies will not be issued. When the solicitation is posted, it is incumbent upon the interested parties to review the above website regularly for any updates/amendments to any and all documents. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be registered in the Central Contractors Registration (CCR) at www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any proposal preparation costs. The solicitation will be posted on or about 15 April 2009. Please consult the list of document viewers if you cannot open a file. Solicitation 1 Type:

Contracting Office Address : 100 COL JOE JACKSON BLVD, SUITE 2001 P O BOX 4178 McChord AFB, Washington 98438 United States Place of Performance : McChord AFB Tacoma, Washington 98438 United States

Primary Point of Contact : Jose F Diaz, Contracting Specialist jose.diaz@mcchord.af.mil Phone: 253-982-3886 Fax: 253 982-3656 Secondary Point of Contact : Linda J Murphy, Contract Specialist/Contracting Officer linda.murphy@mcchord.af.mil Phone: (253) 982-8270 Fax: (253) 982-3656