Requests for Proposals (RFPs) for the Week of 5/7

A listing of various goverment 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.

General Information:
Document Type:  Presolicitation Notice
Solicitation Number: N40085-06-R-1114
Posted Date: Apr 24, 2007
Original Response Date: Jun 07, 2007
Current Response Date: Jun 07, 2007
Original Archive Date: Jun 22, 2007
Current Archive Date: Jun 22, 2007
Classification Code: S -- Utilities and housekeeping services
Naics Code: 561710 -- Exterminating and Pest Control Services

Contracting Office Address
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES

Description
The Officer in Charge requires all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide pest control services.     These services shall include, but not limited to, the prevention and control of unwanted vegetation and invasive plants and nuisance, structural, lawn, ornamental, medical arthropod and vertebrate pests, including but not limited to cockroaches, termites, ants, fleas, silverfish, mosquitoes, mice, rats, bees, wasps, pigeons, and nuisance birds at the Norfolk Naval Shipyard, Portsmouth, VA, the Naval Weapons Station, Yorktown, VA, and other military installations located within the MIDLANT (southeastern) region of Virginia.    

The work identified is to be provided by means of a combination Firm Fixed Price and Indefinite Quantity type contract.     Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the government, all offerors will be evaluated using the Lowest Price Technically Acceptable Method.     The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be most advantageous to the Government, price and other evaluation factors considered.     The offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The evaluation factors are: (A) Technical Approach/Management, (B) Corporate Experience, (C) Past Performance, and (D) Small Business Subcontracting Effort.     Offers shall be submitted for the performance of work for a period of one year.     However, the initial term of the contract may be for a period of less than one year.           The Government has the option to extend the term of the contract services for additional periods of one to twelve months.     The total contract term, including the exercise of any options, shall not exceed 120 months.     The proposed procurement will be issued as a NAVFAC Electronic Facilities Support Contract with online ordering using DOD EMALL.     Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted Software.     The North American Industry Classification System (NAICS) is 561710 with a size standard of $6.5M.     The proposed procurement listed herein is unrestricted.     The RFP will be available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the electronic solicitation (E-Sol) website on or about May 8, 2007. Estimated proposal due date shall be at least 30 days after the RFP is posted on the E-Sol website. The site address is http://esol.navfac.navy.mil.     Notifications of any updates or amendments to the solicitation will be posted on the website only.       Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Sol website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued.     IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.     All prospective contractors are required to register in the Central Contractor Registration (CCR) database.     Failure to register in the CCR database 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.

Point of Contact
Pamela Waller, Contract Specialist, Phone 757-322-4423, Fax 757-322-4611, Email pamela.waller@navy.mil - Cynthia Brown, Contract Specialist, Phone 757-444-1138 x 3065, Email cynthia.brown@navy.mil

Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, VA, Naval Weapons Station, Yorktown, VA, and other military installations located within the MIDLANT (southeastern) region of Virginia
Postal Code: 23709
Country: UNITED STATES