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: VA-255-06-RQ-0087
Posted Date: Aug 04, 2006
Original Response Date: Aug 21, 2006
Current Response Date: Aug 21, 2006
Original Archive Date: Oct 20, 2006
Current Archive Date: Oct 20, 2006
Classification Code: S -- Utilities and housekeeping services
Set Aside: N/A
Naics Code: 561710 -- Exterminating and Pest Control Services
Contracting Office Address
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
Description
The Harry S. Truman Memorial VAMC, 800 Hospital Drive, Columbia, MO 65201 intends to enter into a single, firm fixed price, contract for on-site pest management services. The contract resulting from this solicitation shall be for a base period, with the option to renew for four (4) additional one- (1) year periods. The Contractor shall provide all supplies, materials, equipment, labor, supervision, management and transportation to perform the pest management tasks. All work will be performed in accordance with the guidelines established by Federal, State and local ordinances and as shown in the National Pest Control Association's Good Practice Statements. The NAICS Code is 561710 and the size standard is $6,500,000. Further documentation will be included in the Solicitation Announcement.
Point of Contact
Bernadette Cothern Contracting Officer 913-758-6464
Place of Performance
Address: HARRY S. TRUMAN MEMORIAL VAMC;800 HOSPITAL DRIVE;COLUMBIA, MO
Postal Code: 65201
Country: USA
------------------------------------------------------------------------------
General Information
Document Type: Combine Solicitation
Solicitation Number: W91248-06-Q-0064
Posted Date: Aug 03, 2006
Original Response Date: Aug 18, 2006
Current Response Date: Aug 18, 2006
Original Archive Date: Oct 17, 2006
Current Archive Date: Oct 17, 2006
Classification Code: R -- Professional, administrative, and management support services
Set Aside: Service-Disabled Veteran-Owned
Contracting Office Address
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
Description
Restrictions: This is a combined synopsis/solicitation for Management Support Services- Commercial Items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number W91248-06-Q-0064 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clause s are those in effect through Federal Acquisition Circular 2005-06, dated 08 June 05. NAICS is 541690; business size is $6.5M; acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business. Description of Items Requested: Line Item 0001, Pest/Pesticide Management Support Specialists, 2000 Hours; Line Item 0002, Other Direct Costs, (Must be Supported by Receipts/Invoices and must be prior Approved by the Government) $5,000.00 Maximum Amount. Line Item 1001, Option Period One, Pest/Pesticide Management Support Specialists, 2000 hours; Line Item 1002, Other Direct Costs, (Must be Supported by Receipts/Invoices and must be prior Approved by the Government) $5,000.00 Maximum Amount. Line Item 200 1, Option Period Two, Pest/Pesticide Management Support Specialists, 2000 Hours, Line Item 2002, Other Direct Costs, (Must be Supported by Receipts/Invoices and must be prior Approved by the Government) $5,000.00 Maximum Amount. Offers are due not later t han 18 August 10:00 AM CT. All responsible concerns may submit a quote that will be considered by this agency. One award will be made to the offeror who submits the lowest price. It is contemplated that Period of Performance will be one 12-Month Base Pe riod and Two (2) 12- Month Option Periods. The complete Statement of Work and associated documents can be downloaded at doc.campbell.army.mil under subject Solicitation number. The following provisions and clauses are applicable to this acquisition: 52.2 12-1, Instructions to Offerors Commercial (Jan 2005); 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2006) the fo llowing apply under this clause, 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-27 Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns (May 2004); 52 .219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-4, Contract Work Hours and Safety Standards Act-Overtime Compensation; 52.222-26 , Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Di sabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Feb. 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003); 52.212-5, Contrac t Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2006) (DEVIATION); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commer cial Items (Jan 2005); 52.217-8,Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract; 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-4 3, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); 52. 222-41, Service Contract Act of 1965, as Amended (Jul 2005); 52.237-1,Site Visit. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items and 252.212-7000, Offeror Representation and Certification Co mmercial Items (Nov 1995) shall be submitted with the quotation. Access the Directorate of Contracting website at http://doc.campbell.army.mil/ to review the Statement of Work (SOW). Facsimile quotations are acceptable at (270) 798-3987; mailing address is Directorate of Contracting, 13 ? Street, Building 2176, Fort Campbell, Kentucky, 42223. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Eric Choate, (270) 798-7825 or Angela Jacobs (270) 798-0380; james.e.choate@campbell.army.mil or angela.jacobs@campbell.army.mil. SCOPE OF WORK Pest/Pesticide Management Specialist For Conservation Branch, Ft. Campbell, KY 1. Objective. Provide professional and technical support to the Fort Campbell Pesticide Program. Assist in development of management plans, identify problem areas associated with Pest Management, and provide technical input into solving of problem areas to maintain compliance with federal, state and army regulations. Provide technical review of applications for quality assurance. 2. Requirements. The Contractor shall provide support and coordination for various projects associated with the management of natural resources, and provides technical review and maintenance of the Integrated Pest Management Plan (IPM) and Pesticide Repor ting. 3. Specific Duties: Specific duties follow with estimated time values. 3.1 Monitor and evaluate pest applications throughout installation and report usage to Installation Pest Management Coordinator. (10%) 3.2 Maintain Pesticide Databases to include all current inventories, which shall be verified, Pesticide MSDS and other information. (50%) 3.3 Utilize personnel computers to manipulate and analyze data associated with the development of GIS layers and the production of various reports and briefings as determined by the Government. (10%) 3.4 Using various methods, conduct pest control activities and provide input for solving problems associated with specific pests. 15% 3.5 Contractor shall be required to operate various pieces of equipment to include trucks, tractors, ATVs, etc. 5% 3.6 Review various documents associated with National Environmental Protection Act (NEPA) to include records of environmental consideration, environmental assessments, and environmental impact statements. (5%) 3.7 Prepare and submit a monthly report to Contracting Officers Representative (COR) documenting all work completed by the contractor during the month work was performed. (5%) 4 Staffing. Pest/Pesticide Management Support Specialists shall be required to perform the duties required under this delivery order. This person is required to have knowledge of natural resource management principles, fish and wildlife ecology, familia rity of Army plans and policies, and training activities. This individual is required to have the ability to develop and manage data bases, use computer software to write reports and develop presentations, use geographic information systems (GIS), manage projects and give public presentations. This person shall have excellent written and oral communication skills, and be expected to perform assigned duties. 5 Travel. Temporary travel is responsibility of the contractor. Resources should be available to conduct training as appropriate for Pest Specialist to fulfill requires of this contract. ODC for clothing, equipment, cell phones, pagers, etc. is the res ponsibility of the contractor. The government may at times reimburse the contractor for travel costs, which have been incurred, by the contractor due to the performance of this con tracting action. The incurred travel costs must be approved by the appropriate government personnel prior to the contractor experiencing these travel costs. Under no conditions will unapproved travel costs be reimbursed. 6 Property and Equipment. Fort Campbell will provide use of office space, furniture, access to telephones (hard lines), facsimile machines, copiers, and automation equipment. Fort Campbell shall provide the contractor with all necessary computer and prin ting resources to function within a Government Office. Transportation shall be available from Ft. Campbell during management activities and while doing fieldwork on the installation. Personal equipment such as safety boots, clothing and certifications ar e the responsibility of the contractor. 7 Period of Performance. All work to be done by contractor shall be completed in approximately 12 months beginning from contract award. 8. Contracting Period: It is anticipated, the contract shall be Base Year with 2 Option Years.
Point of Contact
Lilia Wood, 270-798-6068
Email your questions to ACA, Fort Campbell at lilia.wood@campbell.army.mil
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2176, 13 1/2 & Indiana Streets Fort Campbell KY
Postal Code: 42223-5334
Country: US
------------------------------------------------------------------------
General Information
Document Type: Presolicitation Notice
Solicitation Number: Reference-Number-F4D3D96194A200
Posted Date: Aug 01, 2006
Original Response Date: Sep 22, 2006
Current Response Date: Sep 22, 2006
Original Archive Date: Oct 07, 2006
Current Archive Date: Oct 07, 2006
Classification Code: 73 -- Food preparation and serving equipment
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
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 F4D3D96194A200 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 F4D3D96194A200 as well. Period of Performance is 1 Jan 2007 through 30 Sep 2007 with four one-year option periods, if exercised. Resulting contract award will be a Firm-Fixed Price. Only contractors actively registered in the Central Contractor Registry (CCR) will be considered for award. (see http://www.ccr.gov/ for registration information) A Site Visit will be scheduled. Due to the nature of this project, it is highly encouraged that all offerors attend this site visit. Offers must be submitted in written responses?mailed and received no later than 4:00 pm PST on 22 Sep 2006 to the attention of Kristina Mercer, 30 CONS/LGCB, Bldg 7015, Section 2, Vandenberg AFB, CA 93437. 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