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-241-07-RP-0319
Posted Date: Sep 09, 2007
Original Response Date: Sep 27, 2007
Current Response Date: Sep 27, 2007
Original Archive Date: Nov 26, 2007
Current Archive Date: Nov 26, 2007
Classification Code: Q -- Medical services
Set Aside: N/A
Naics Code: 561710 -- Exterminating and Pest Control Services
Contracting Office Address
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
Description
PEST CONTROL SERVICES 1. Furnish all labor, equipment and supplies necessary to perform an acceptable RODENT and PEST CONTROL SERVICE in accordance with all terms, conditions, specifications and schedules of this proposal. The service shall control insects, arachnids, rodents and similar pests such as roaches, mice, firebrats, rats, silverfish, flies, clover mites, moles, earwigs, etc., to the satisfaction of the Housekeeping Officer for the following buildings and exterior grounds: ISC Trailer Main Medical Center - Building 1 Quarters - Building 2 Office Building 3 Office Building 4 (including resident quarters) Office Building 5 Office Building 6 Building 7 (Garage, Boiler Plant, Shops) Building 8 (Water supply pump house) Building 11 (Smyth Tower, fieldstone) Building 15 ( NHCU I & II) Building 18 (Ambulatory Care) All exterior buildings and grounds located on the Campus of the VA Medical Center. 2. Inspection and treatment of buildings and exterior grounds shall be made during regular medical center work hours 7:30 am - 4:00 pm, twice each month on days designated by the Contracting Officer. Inspection and treatment shall also be made after regular hours, if prearranged by the Housekeeping Officer. In addition to the two (2) required visits the contractor will be required to, at no extra cost, apply additional treatment for pest control, inspect and treat sub-basement of building 1. This shall be accomplished on a semi-annual basis. The contractor shall arrive at the medical center within twenty-four hours after receiving notice from the Contracting Officer or Housekeeping Officer that additional service is required. 3. In the course of the regularly scheduled visits, at least twice every calendar month the contractor shall apply to all premises, residual treatment for the control of roaches. This application will only be in cracks and crevices in the food processing area. In the course of the regularly scheduled visits, at least three times during the period of May to October the contractor shall apply a treatment to control flies in all areas in which food is stored, handled, prepared or served and where garbage is handled, stored or collected. This application shall not be residual. The contractor may use any individual formulations or combination of formulations, PROVIDED they are compatible. The Pesticides Regulations Branch Plant Pest Control Division, research service, US Department of Agriculture must have them registered for use in dwellings, and the Housekeeping Officer must approve them. Between the months of May and October the contractor shall inspect for pests during his regular visits. If needed, the contractor shall apply pesticide (twice annually) to plant growth on the exterior of the medical center grounds. The areas included in this application are all the evergreen and deciduous trees and scrubs around buildings 1,2,3,4,5,6, NHCU, ACU, Garage, Boiler Plant and the medical center grounds perimeter. 4. All rodenticide or traps shall be placed only at times and in areas approved by the Housekeeping Officer. No pest control material or traps shall be allowed in contact with food or cooking utensils. 5. The use of rodenticide other than Red Quill, Talon - G, or Pival shall be restricted to locations specifically provided by the Housekeeping Officer. When warfarin is used for the control of rodents, dilutions shall be in the amount of 0.25% to 0.50% mixed with grain or cereal. 6. Prior to initial applications of pesticides and rodent control chemicals, the contractor will be required to furnish the medical center, names and sample labels of chemicals to be used, trade names (if any) and the applicable antidotes. The contractor shall furnish the same information each time he changes chemicals or products used in the performance of this contract. This information is required by the medical center for emergency treatment in the event of ingestion of and/or contact with any chemical by humans. All trapped rodents shall be recovered and disposed of by the contractor within a reasonable time frame, as established by the Housekeeping Officer. No pest control materials or equipment are to be stored or kept at the VA Medical Center when the contractor is not working, without the express approval of the Housekeeping Officer. 7. Following each visit and inspection of a building, the contractor shall sign and complete VA form 10-9020-a. The contractor shall state the conditions under which treatment was rendered, area treated and formula and pesticide used. The contractor shall inspect all station buildings to determine if any termite problems exist and submit a report to the Housekeeping Officer. Chemicals to be used must be mixed in the presence of the Housekeeping Officer or his designee. The person applying the pesticide shall wear protective clothing provided by the contractor. If gowns are needed, they will be provided by the VA Medical Center. The definitions and policy statement issued by the Environmental Protection Agency, dated August 2, 1973 is incorporated in this contract.
Point of Contact
Richard J Marino Contract Specialist 603-624-4366, x6506
Email your questions to RICHARD.MARINO@MED.VA.GOV at
RICHARD.MARINO@MED.VA.GOV Additional Information
RICHARD.MARINO@MED.VA.GOV
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;718 SMYTH
RD;MANCHESTER,NH 03104
Postal Code: 03104
Country: USA
General Information
Document Type: Presolicitation Notice
Solicitation Number: N62473-07-R-5011
Posted Date: Sep 06, 2007
Original Response Date: Oct 23, 2007
Current Response Date: Oct 23, 2007
Classification Code: S -- Utilities and housekeeping services
Set Aside: 8a Competitive
Naics Code: 561210 -- Facilities Support Services
Contracting Office Address
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Public Works Contracts Core, 1220 Pacific Highway, San Diego, CA, 92132, UNITED STATES
Description
This procurement is a Multiple Award Service Contract (MASC) restricted to 8(a) concerns and will be procured as a commercial items acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. This is an IDIQ contract with no pre-established fixed contract prices. The basic contract period will be for 12 months. Each contract contains nine (9) 12-month options for a total maximum duration of 120 months. The Government will not synopsize the options. This procurement consists of one solicitation with the intent to award three (3) or more Indefinite Delivery Indefinite Quantity (IDIQ) Facility Support Contract Services for work to be performed at various Naval and Marine Corps installations located in ARIZONA, CALIFORNIA, COLORADO, NEW MEXICO, NEVADA and UTAH. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $250,000,000. The contract will end when 120 months is reached, or when $250,000,000 for all contracts combined is reached, whichever occurs first. The North American Industry Classification System (NAICS) Code is 561210 and the size standard is $32.5 million dollars. Services to be performed under the resulting contract(s) may include the following Facility Support Contract (FSC) Services: 1) Security services; 2) Family Housing maintenance services; 3) Bachelor's Quarters maintenance services; 4) Facility Investment services; 5) Janitorial services; 6) Pest Control services; 7) Refuse services; 8) Grounds maintenance services; 9) Street Sweeping & Snow Removal services; 10) Chiller Plants maintenance services; 11) Electrical maintenance services; 12) Gas maintenance services; 13) Wastewater maintenance services; 14) Steam maintenance services; 15) Water maintenance services; 16) Base, Support, Vehicle & Equipment (BSVE) maintenance services; and 17) Environmental maintenance services.
Work will be ordered under individual task orders against the basic contract. Task orders will range between $2,500 to $12,000,000. Task orders may fall below or above this limit; however contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the Government through issuance of a task order. After award of the initial contract(s), each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. The Government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered to each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee.
Source Selection Procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the Government, price and other factors considered. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Selection for award will be based on evaluation of the following:
a. Price, and
b. The technical factors are:
Factor 1 - Experience of Offeror
Factor 2 - Technical Approach
Factor 3 - Management Plan
Factor 4 - Safety
Factor 5 - Past Performance of Offeror and Offeror's Team
Relative Importance of the Evaluation Factors: The evaluation factors are divided into two categories; non-price evaluation factors (Factors 1, 2, 3, 4, & 5) and price. the Technical Factors 1, 2, 3, 4, and 5 are of equal importance. When the proposal is evaluated as a whole, the Technical Factors 1, 2, 3, 4, and 5 combined are approximately equal to Price. The importance of price will increase if offerors Technical proposals are considered essentially equal in terms of technical quality, or if price is so high as to significantly diminish the value of a proposals technical superiority to the Government. Award will be made to the responsible offeror(s) whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered.
Price: Offeror shall submit a price proposal for Proposed Task Order (PTO) 0001 to perform Fire Suppression and Roll-up Door services at the Marine Corps Air Ground Combat Center (MCAGCC), 29 Palms, California on Exhibit A through E provided with the solicitation. The total price proposal for PTO 0001 will be evaluated to determine the reasonableness, and completeness of the offeror's proposal. The Government reserves the right not to award PTO 0001. There will NOT be a site visit for this PTO.
A Pre-Proposal conference is TENTATIVELY SCHEDULED for 4 October 2007, at the time and location to be identified in the solicitation. Offerors shall register to attend the pre-proposal conference online at the E-Solicitation website under this RFP not later than 10-days prior to the conference. THIS REQUEST FOR PROPOSAL (RFP) WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY AND WILL BE AVAILABLE FOR DOWNLOAD FREE OF CHARGE VIA THE INTERNET WORLD WIDE WEB http://esol.navfac.navy.mil ON OR ABOUT 17 September 2007 AND CAN BE FOUND UNDER SOLICITATION NO. N62473-07-R-5011. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the government. Telephone and facsimile request will not be accepted. Plan holders list will NOT be provided by the Government, and will be made available at the internet website address listed above. Notification of any changes (amendments) to the solicitation will be made only on the internet. It is the contractors responsibility to check the website daily for any and all amendments to this solicitation. All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Prospective contractors should submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA). Prospective contractors should complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). OFFERS ARE DUE ON 23 OCTOBER 2007 BY 2:30 PM LOCAL TIME AND SHALL BE DELIVERED TO NAVFAC SOUTHWEST, ATTN: MICHELLE CROOK, CODE AQ1.MEC, 1220 PACIFIC HIGHWAY, BUILDING 128, SAN DIEGO, CA 92132. POINT OF CONTACT FOR THIS SOLICITATION IS MICHELLE CROOK, TELEPHONE (619) 532-1949 or email: michelle.crook@navy.mil.
Point of Contact
Michelle Crook, Contract Specialist, Phone 619-532-1949, Fax 619-532-3358, Email Michelle.Crook@Navy.mil - Michelle Crook, Contract Specialist, Phone 619-532-1949, Fax 619-532-3358, Email Michelle.Crook@Navy.mil
Place of Performance
Address: Arizona, California, Colorado, New Mexico, Nevada, & Utah
Postal Code: 92132-5190
Country: UNITED STATES
General Information
Document Type: Presolicitation Notice
Solicitation Number: W912L1-07-R-5048
Posted Date: Aug 31, 2007
Original Response Date: Sep 21, 2007
Current Response Date: Sep 21, 2007
Original Archive Date: Nov 20, 2007
Current Archive Date: Nov 20, 2007
Classification Code: S -- Utilities and housekeeping services
Set Aside: Total Small Business
Naics Code: 561710 -- Exterminating and Pest Control Services
Contracting Office Address
147 FW/MSC, Bldg 1258, Ellington Field, 14657 Sneider Street, Houston, TX 77034-5586
Description
Non-Personal services to provide all personnel, supervision, and any items necessary to perform pest control and base wide herbicide application for the 147th Fighter Wing, Ellington Field JRB, Houston, Texas in strict accordance with Statement of Wo rk. Period of performance is one (1) year starting 1 01 October 2007 through 30 September 2008. A firm fixed price contract is contemplated. The acquisition will be 100% set aside for Small Business. All responsible Small Business sources may su bmit a proposal which shall be considered. The solicitation package will be posted on the Electronic Posting System (EPS) on or before 31 August 2007, which can be accessed at http://www2.fbo.gov/. The contractor is responsible for obtaining the so licitation, amendments, and any other documentation off the EPS webpage.
Point of Contact
TSgt Denise M. Bailey, 281-929-2305
Email your questions to 147 FW/MSC at denise.bailey@txelli.ang.af.mil
Place of Performance
Address: 147 FW/MSC Bldg 1258, Ellington Field, 14657 Sneider Street Houston TX
Postal Code: 77034-5586
Country: US
Latest from Pest Control Technology
- TAP Showcases Unique EPA-Registered Insulation Solution
- Atticus' Growing Pest Management Product Portfolio
- Bobby Jenkins Named the 2025 Crown Lifetime Achievement Award Recipient
- Abell Pest Control Marks Five Years of ‘12 Days of Giving’
- Built-by-Owner Home? Look for Surprises
- The Pest Rangers Acquires O.C.E. Pest & Termite Control
- The Professional Pest Management Alliance Expands Investor Network
- Big Blue Bug Solutions’ Holiday Lighting Event Sets New Viewership Record