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: Combine Solicitation Solicitation Number:F6S3CE6179A300 Posted Date:Sep 11, 2006 Original Response Date:Sep 20, 2006 Current Response Date:Sep 20, 2006 Original Archive Date:Nov 19, 2006 Current Archive Date:Nov 19, 2006 Classification Code:S -- Utilities and housekeeping services Set Aside:Total Small Business Naics Code:561710 -- Exterminating and Pest Control Services
Contracting Office Address USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218 Description COMBINE/SYNOPSIS SOLICITATION (1). This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. (2). Request for Proposal (RFP) W912LA-06-R-5012 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFP. Submit written offers only, oral offers will not be accepted. All firms or individuals resp onding must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. CCR can be accessed at www.ccr.gov or by calling 1-888-227-2423. NOTE: CCR registration must be completed prior to contract award. (3). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation and the Department of Defense FAR Supplement dates 1 July 2006. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://farsite.hill.af.mil/ (4). This procurement is being issued as 100% Small Business Set-Aside. The North American Industrial Classification Standard (NAICS) is 561710. The Small Business Size Standard is as follows: $6.5 Million. (5). Wage Determination used for this announcement is Wage Determination No: 05-2515 REV (01) AREA: TX, HOUSTON. To view, go to http://www.wdol.gov/sca.aspx#0 (6) STATEMENT OF WORK (SOW): CLIN (0001) STATEMENT OF WORK PROJECT: Pest Control FY 07 WORK ORDER # 20061297 LOCATION: Ellington Field & LaPorte 1.01 This section includes all operations required for Pest Control services 1.02 GENERAL: Work shall consist of providing services for the control of roaches, silverfish, hornets, wasps, bees, and birds nesting in buildings. Contractor is required to complete this service on a monthly basis. Along with weekly visits, the Contracto r will be required to perform emergency service on a 48-hour notice, not to exceed four calls per month, to correct problem areas to maintain essentially pest free conditions. This service shall be performed at no additional cost to the Government. Insects , rats and mice control shall be accomplished by applying residual treatment both within and outside the buildings listed. Insecticides may be applied as sprays, dust or bait or a combination of each. Bird control will be as necessary 1.03 MATERIALS AND APPLICATION RATES: Contractor shall submit a listing of all proposed pesticides and application methods and rates, to the Contracting Offices for approval, before commencing any work on the contract. Also an A.F. Form 646 will be filled out by the Contractor and submitted to Civil Engineering. All materials must comply with paragraph 1.05. 1.04 APPLICATION: All pesticides or other extermination methods shall be applied as often as required to provide positive control during the contract period. Contractor will report to building 1256 to view current pest control problem areas. Each facility will be visited weekly and the building manager contacted for an up to date status on current pest control needs. After completing the application of pesticides, the Contractor will report back to building 1256 and record the amount of pesticides applied in each facility. These recordings will be written in a logbook provided by Civil Engineering. Enough poison bait will be provided to insure continuous feeding until rodents, birds and insects are brought under control. Points of contact for building 12 56 are SMSgt Marty Willits, or Mr. David Kitch. 1.05 LIMITATIONS: Only EPA and State of Texas approved pesticides will be used. Commercial sources of pesticides must furnish a quantitative analysis of the active ingredients on any proprietary material intended for use. Compliance with existing U.S. Environmental Protection Agency labeling requirements under the Federal Insecticide, Fungicide and Rodenticide Act (U.S. Code 7 135) will be mandatory. 1.06 PROOF OF COMPETENCE: Contractor must produce in writing to the Contracting Officer, satisfactory evidence of his competency to perform the work effectively. During this contract, Contractor shall produce upon request, licensing and certification. 1.07 INSPECTION BY THE GOVERNMENT: The Contracting Officers representative has the right to inspect all the contractors work. The contractor at no additional cost to the Government will process Any/all work rejected as a result of these inspections. 1.08 SAFETY AND FIRE: The contractor shall take all necessary precautions for proper safety standards and fire prevention, and will adhere to all safety and fire regulations of the State and Federal Codes. In addition, the contractor shall conform to any r estrictions as may be outlined by the Base Safety Officer or Environmental Health Technician during the contract. Special care will be taken to prevent accidental poisoning by pesticides and to prevent damage by pesticides to vegetation, buildings, automob iles or other objects. All pesticides or other toxicants will be secured with lock and key when unattended in a vehicle or shop. No pesticides or emptied containers will be dumped, left unattended, or disposed of in any manner likely to cause injury or con taminate the environment. They will not be placed in dumpsters or trashcans. Under no circumstances will pesticides be left with building occupants, or other persons in areas treated or to be treated. The contractor, according to federal and state regulati ons, will accomplish disposal of empty pesticide containers off the base. 1.09 SCHEDULE OF WORK: The contractor officer representative shall inform the contracting officer, in advance with a proposed work schedule to insure prompt access to the work area. Contractor shall be responsible for his own security of materials and equi pment. If contractor desires to work other than normal duty hours, he shall inform the Inspecting Officer 48 hours in advance by a written request. 1.10 SITE VISIT: All prospective bidders are required to visit the site of work to familiarize themselves with the existing conditions and the scope of work. All bidders will contact the Engineering Office at Ellington Field, Building 1256 (281) 929-2700/2 701 for scheduling and for authority to enter the work areas. Bidders are cautioned that telephone arrangements must be made at least 48 hours in advance to visit the site. 1.11 SECURITY: The Contractor is responsible for compliance with all acceptable security regulations while working on Ellington Field. 1.12 Real Property list for Ellington Field & LaPorte: Ellington Field Building Description Square Footage 00694 Fire station 9786 01055 Starbase / Food Services 5760 01056 Non AF Admin 6800 01057 Headquarters 35010 01142 Vehicle Maintenance Shop 8909 01186 Main Gate 400 01193 Operations - Security Police 23982 01250 Fuels Management 1260 01252 Base Storage 860 01253 Photo Lab 1655 01254 Weapons Release 14558 01255 DSI 1546 01256 CES/Services 28,833 01257 CES/Services covered storage 5013 01258 Base Supply 32774 01259 Hazard Storage 2000 01289 NDI/GP Shop 9473 01293 Engine Shop 10381 01295 Weapons Calibration 10000 01296 Avionics 25666 01357 Security police/CES grounds shop 10541 01358 Missiles/weather 6750 01359 Rocket Storage and Assembly 17282 01377 Composite Facility 22166 01378 Weapons release storage 3552 01380 Aerospace Ground Equipment 3567 01382 Hangar Maintenance 61388 01383 Base Supply 20450 01384 Base Communication 3931 01390 Alert Crew Quarters 1836 01391 Entry Control Point 192 01394 Maint. Fuels Docks 10910 01395 Power Check Pad 9071 01397 Crew Quarters 5440 01398 Aircraft Shelter 12126 01412 Storage Igloo 32 80 01413 Storage Igloo 3280 LaPorte 00001 Reserve Forces Training 17282 00002 Vehicle Maint. Shop 2367 00003 Reserve Forces Training 2830 00004 Vehicle Maint. Shop 1200 00008 Ops. Training 4000 END SOW (7). An organized site visit has been scheduled for September 15, 2006 at 9:00 am. Participants will meet at-- 147 Base Contracting Office Building 1258 Room 122 14657 Sneider Street Houston, Texas 77034 POC: TSgt Denise Bailey (281) 929-2305 (8). FOB-Destination for delivery to: 147 CES, Attn: Major Matthew Allinson, 14657 Sneider Street, Houston, Texas 77034-5586. Delivery schedule is outlined in the Statement of Work. Responsibility and Inspection: Unless otherwise specified in the contrac t or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (9). The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other fact ors considered. Award shall be based on Best Value to the Government. Best value can include but is not limited to price, delivery date, past performance, and technical capability. (10). The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items Clause is incorporated by Full Text. Offerors are reminded to include a completed copy of the provision at 52.212-3 with submitted offers, or go online and activate the online reps and certifications application @ http://www.bpn.gov/orca/. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders Commercial items Clause is incorporated by Full Text; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-41 Service Contract Act of 1965; FAR 52.225-1 Buy American Act - Supplies; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (CCR); FAR 52.236-27 Site Visit Construction ALT I (See (5)); FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204- 7004 Alt A Required Central Contractor Registration (NOV 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2006); DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.246-7000 Material Inspection and Receiving Report; (11). RFP must be emailed to denise.bailey@txelli.ang.af.mil , or faxed to (281) 929-2748 by the closing date of 19 September 2006 at 0900. If additional information is needed regarding this solicitation contact TSgt Denise Bailey at (281) 929-2305. Collect calls will not be accepted.
Point of Contact TSgt Denise M. Bailey, 281-929-2305 Email your questions to USPFO for Texas at denise.bailey@txelli.ang.af.mil
Place of Performance Address:147 FW ELLINGTON FIELD JRB 14657 SNEIDER STREET HOUSTON TX Postal Code:77034-5586 Country:US
General Information
Document Type: Combine Solicitation Solicitation Number: N40192-06-R-9903 Posted Date: Aug 30, 2006 Original Response Date: Sep 14, 2006 Current Response Date: Sep 14, 2006 Original Archive Date: Sep 29, 2006 Current Archive Date: Sep 29, 2006 Classification Code: R -- Professional, administrative, and management support services Set Aside: Total Small Business Naics Code: 561710 -- Exterminating and Pest Control Services
Contracting Office Address Department of the Navy, Naval Facilities Engineering Command, NAVFAC Marianas, PSC 455, Box 195 FPO AP, Santa Rita, GU, 96540-2937 Description This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. Solicitation N40192-06-R-9903 is issued as a Request for Proposal for Consolidated Pest and Rodent Control Services to be performed at various Naval Facilities, Guam. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This proposal is for 100% small business set aside. The NCAIS Code is 561710 and the size standard is $6.5 million. Proposal shall include all management, technical expertise, labor, supervision, supplies, tools, materials, equipment, and transportation necessary to provide this service. The work shall be performed in accordance with the Statement of Work for a minimum period not to exceed four (4) months from the date of award. The intention of this solicitation is to obtain a) nuisance pest control and b) rodent control services at Navy Complex Activities and other Customers located in Guam by means of a Simplified Acquisition Procurement (SAP): Firm Fixed Price - CLIN 0001 with subline items (SLIN) A001, Scheduled Nuisance Pest Control, 2,018,225 SF (quantity), and A002, Scheduled Rodent Control, 917,375 SF (quantity). Indefinite Quantity - CLIN 0002 with subline items (SLIN) A003, Pest Control Services, 1,500,000 SF (quantity), and A004, Rodent Control Services, 1,500,000 SF (quantity); Description: FIRM FIXED PRICE (FFP) WORK: SLIN A001: Quantity: 2,018,225 SF. Scheduled Nuisance Pest Control Services. The Contractor shall provide pest control services on a scheduled basis for the control of cockroaches, ants, silverfish, spiders, and mice. Services shall be provided at the locations specified in Attachment J-C3, List of Facilities (Note: Attachment to be provided as requested and will be incorporated in the contract). Service frequencies shall be increased by the Contractor if necessary to obtain and maintain the control levels specified, at no additional cost to the Government. When infestations are found, utilize standard industry practices to treat the area by the application of pesticides and\or other methods, perform follow-up inspections and, if needed, retreat as necessary until the minimum acceptable level of control specified below is achieved. Animals found dead shall be immediately removed and disposed of by the Contractor. (1) Cockroaches. In buildings scheduled for services in this contract, good cockroach control shall be consistently maintained. Good control - is defined as two or less spot infestations in any one building, and no more than two cockroaches found in any one spot. If more than two spot infestations are found or more than two cockroaches are found in any one spot, re-treatment shall be performed at no cost to the government. (2) Ants. Control shall be established within 30 days and the site shall remain virtually free of any infestation. If an infestation is located by Contractor or government personnel during the scheduled inspection and treatment, and a follow-up treatment is required, the follow-up treatment shall be scheduled and the schedule provided to the Government. Other Arthropod Pests. Control shall be achieved within two treatments. Control - is defined as less than two sightings of the target pest during a 30-day period. Upon removal of a dead or trapped animal(s), the Contractor shall deodorize the space to remove the foul odor. SLIN A0002: Quantity: 917,375 SF. Scheduled Rodent Control Services. The use of baits on exterior and traps/glue boards on interior for rodent control shall be emphasized. Rodent bait boxes shall be marked with a danger sticker or sign or as specified by the manufacturer or be labeled as appropriate according to federal or local laws. (1) Buildings serviced under this contract shall not be susceptible to re-infestation. Control shall be established within 30 days and remain free of infestation. Upon removal of a dead or trapped animal(s), the Contractor shall deodorize the space to remove the foul odor. INDEFINITE QUANTITY (IQ) WORK SLIN A0003: Quantity: 1,500,000 SF. Pest Control Services. When ordered, the Contractor shall perform pest control services using the same specifications as above in SLIN A0001. The Contractor shall provide a 30 calendar day warranty on this service. Should there be sightings of pests by the customer or Government rep, the Contractor shall respond to re-treat the area at no additional cost to the Government. SLIN A0004: Quantity: 1,500,000 SF. Rodent Control Services. When ordered, the Contractor shall perform rodent control services using the same specifications as above in SLIN A0002. The Contractor shall provide a 30 calendar day warranty on this service. Should there be sightings of rodents by the customer or Government rep, the Contractor shall respond to re-treat the area at no additional cost to the Government. The contractor will provide services described on CLINs 0001 and 0002. The period of performance to begin 25 September 2006 and be completed by 24 January 2007. FAR 52.212-1, Instructions to Offerors , Commercial Items; 52.212-2, Evaluation , Commercial Items with paragraphs (a) consisting of the following verbiage: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Total Price and (2) Past Performance. Past performance is approximately equal in importance to price. Award may be made to other than the low price and award may be made without conducting discussions.
GENERAL SERVICE & CONTRACTOR REQUIREMENTS. All services shall be included in the firm fixed-price portion of the contract unless specifically designated as indefinite quantity (IQ). Indefinite Quantity (IQ) Work. Work will be ordered through the eMall website at https://emall6.prod.dodonline.net/main/ or on form DD1155. Unless specified otherwise, indefinite quantity services shall be provided within 24 hours after the order is received. The Contractor shall ensure that they have computer or Internet capability to receive IQ orders through eMall. Check In and Notification Requirements. The Contractor shall check in with the activity or buildings point of contact or customer prior to the commencement of work. Upon completion of work, the Contractor shall have the point of contact or customer sign their report acknowledging receipt of service. Essential Service Components. The following actions shall be taken by the Contractor each time services are rendered under the contract: (1) A complete inspection shall be made of the site. (2) Pest(s), visible pest damage, and/or any potential for pest infestation shall be identified. (3) The extent of the pest problem shall be determined. Treatment shall be rendered as appropriate to control, prevent, or otherwise mitigate the pest(s). Where appropriate, the Contractor shall use a variety of control methods in an effort to minimize and enhance the effectiveness of pesticides. (4) The effectiveness of the treatment shall be evaluated and re-treatments made until the minimum specified levels of control are achieved. Re-treatment Requests (Call backs) and Response Time. The Contractor shall retreat previously treated areas within 24 hours (Sundays and holidays excluded) after receipt of notice from the Government that there were customer complaints or sightings of pest or rodents. All re-treatments shall be made at no additional cost to the Government, and there is no limit to the number of call-backs for re-treatment of control failures. Response time for call backs shall be within 24 hours from the time the Contractor was notified.
The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with additional sub-clauses applicable for this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of segregated facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.252-2, Clauses Incorporated by Reference (FEB 1998); DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items, with the following additional sub-clauses applicable for this solicitation: 52.203-3, Gratuities, 252.225-7012 Preference for certain domestic commodities, 252.243-7002, Offerors must maintain the minimum insurance amounts for Workman?s Compensation and Employer Liability Insurance, General Liability Insurance, and Automobile Insurance consistent with Government of Guam law. The following provisions apply to this acquisition: ; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, as well as its Alternate I; DFARS 252.209-7001, Disclosure of ownership or control by the government of a terrorist country; and DFARS 252.212-7000, Offeror representations and certifications--Commercial Items. Offeror must include a completed copy of this provision with their proposal. Text versions of all clauses/provisions are given in full text at http://farsite.hill.af.mil/. A site visit will be conducted on 7 September 2006 at 09:00 a.m. (Guam time) local time. Please inform the point of contact two days prior if you plan on attending the site visit. All prospective offerors will meet at the Contracting Office, Bldg. 101, Second Floor, prior to proceeding to the site locations. Proposals are due at 4:00 p.m. (Guam Time), on 14 September 2006. Written offers (oral offers will not be accepted) on RFP N40192-06-R-9903 must be submitted to the point of contact identified above. Offerors must submit, as part of their proposal, the following: (1) Completed copy of SF 1449 and pricing schedule for the four (4) month period: Firm Fixed Price - CLIN 0001 with subline items A001, Scheduled Nuisance Pest Control, 2,018,225 SF (quantity), and A002, Scheduled Rodent Control, 917,375 SF (quantity), and Indefinite Quantity - CLIN 0002 with subline items A003, Pest Control Services, 1,500,000 SF (quantity), and A004, Rodent Control Services, 1,500,000 SF (quantity); (2) Completed representations and certifications at FAR 52.212-3 and Alternate I, as well as DFARS 252.212-7000 and DFARs 252.225-7000; and (3) Past performance information as set forth in FAR 52.212-2. To be eligible to receive an award resulting from this solicitation, contractor must (no exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www/ccr/gov. This acquisition is unrated in accordance with the Defense Priorities and Allocations System. This solicitation will be an electronic PDF format and may be downloaded by visiting the electronic solicitation website located at the following Internet address (URL): http//www.fedbizopps.gov/. All responsible contractors are encouraged to submit an offer in response to this solicitation. Further information regarding this solicitation may be directed to the point of contact identified above or e-mailed to katrina.mcdonald@navfacmar.navy.mil.*****
Point of Contact Katrina McDonald, Contract Specialist, Phone 6713392355, Fax 6713394955, Email katrina.mcdonald@navfacmar.navy.mil Place of Performance Address: Naval Base, Guam Country: GUAM
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