Requests for Proposals for the Week of 8/6

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.

General Information

Document Type:  Presolicitation Notice
Solicitation Number: W912CB07T0030
Posted Date: Jul 20, 2007
Original Response Date: Jul 30, 2007
Current Response Date: Jul 30, 2007
Original Archive Date: Sep 28, 2007
Current Archive Date: Sep 28, 2007
Classification Code: F -- Natural resources & conservation services
Set Aside: Service-Disabled Veteran-Owned
Naics Code: 561710 -- Exterminating and Pest Control Services

Contracting Office Address
ARCC Salt Lake City Satellite Office, Bldg 103, Soldier Circle, Fort Douglas, Salt Lake City, UT 84113

Description
ACA, ARCC, Directorate of     Contracting, Fort McCoy, WI intends to     issue Request for Quote (RFQ) W912CB-07-T-0030, Service Disabled Veteran Owner (SDVO) Set-Aside, to provide all labor, management, equipment, supplies, materials,     and transportation to provide pest control and prairie dog removal for 96th RRC, Martinez Army Reserve Center and AMSA 100, 12211 East 56th Ave., Denver, CO, for the period 1 Aug 07  31 Jul 08 with four one-year option periods (1 August to 31 July).     NAICS 561710, small bus iness size standard $6.5 million.     The RFQ will be issued on or about     23 July and can be accessed at www.fedbizopps.gov..     Telephone, written or electronic requests for hard copies of the RFQ     documents will be discouraged.     Parties interested in the RFQ should access the web page on or about     23 Jul 07 for issuance of the RFQ as well as solicitation amendments.     Contractors will not be directly notified of solicitation amendments.     Questions regarding this solicitation and any amendments should be submitt ed electronically to ann.clark@us.army.mil.

Point of Contact
Ann M. Clark, 608-388-8346
Email your questions to ARCC Salt Lake City Satellite Office at ann.clark@us.army.mil

Place of Performance
Address: Martinez Reserve Center & AMSA 100 12211 East 56th Avenue Denver CO
Postal Code: 80239
Country: US

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

General Information

Document Type:  Presolicitation Notice
Solicitation Number: 20030853
Posted Date: Jul 24, 2007
Original Response Date: Aug 17, 2007
Current Response Date: Aug 17, 2007
Original Archive Date: Feb 13, 2008
Current Archive Date: Feb 13, 2008
Classification Code: S -- Utilities and housekeeping services
Set Aside: N/A

Contracting Office Address
2411 Boswell Road, Chula Vista, CA 91914

Description
Bids are being solicited under solicitation number 20030853.     This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 43782_01.    

GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.

This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-08-17 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information.

The DHS-Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following:    
LI 001, The Contractor shall provide all labor, material, equipment, transportation, training and supervision to provide pest control service to United States Border Patrol, San Diego Sector for specified locations.     Locations may be added by mutual agreement between the parties. (Base Year: Oct. 1, 2007- Sept.30, 2008) Please see SOW for further detail., 1, JOB;
LI 002, OPTION YEAR ONE: Agency may increase or decrease Quantities depending on that year's need. Please see previous line item (line item 1), 1, JOB;
LI 003, OPTION YEAR Two: Agency may increase or decrease Quantities depending on that year's need. Please see previous line item (line item 1), 1, JOB;
LI 004, OPTION YEAR Three: Agency may increase or decrease Quantities depending on that year's need. Please see previous line item (line item 1), 1, JOB;
LI 005, OPTION YEAR Four: Agency may increase or decrease Quantities depending on that year's need. Please see previous line item (line item 1), 1, JOB;

For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.

Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use.     Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers.     Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.

Contact

ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments

New equipment ONLY, NO remanufactured products

Bid MUST be good for 30 calendar days after submission

FOB Destination CONUS (CONtinental U.S.)

No partial shipments unless otherwise specified

Agencies Must have a registration with the Central Contractor Registry (CCR) or to receipt of order.     Information can be found at www.ccr.gov

Award will be based on price, technical capability, delivery, and past performance.

To have a bid considered for award vendors must document the service that they are providing in the first line item.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.


Point of Contact
Name: Teresita Bayquen, Title: purchasing agent, Phone: 6192164016, Fax: 6192164110, Email: teresita.bayquen@dhs.gov;
Additional Information
www.fedbid.com (b-43782_01, n-6591)
Place of Performance
Address: Multiple shipping information.
Postal Code: Multiple
Country: Multiple

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


Document Type:  Combine Solicitation
Solicitation Number: HSCG33-08-Q-6Z6000
Posted Date: Jul 27, 2007
Original Response Date: Sep 07, 2007
Current Response Date: Sep 07, 2007
Original Archive Date: Sep 22, 2007
Current Archive Date: Sep 22, 2007
Classification Code: S -- Utilities and housekeeping services
Naics Code: 561710 -- Exterminating and Pest Control Services

Contracting Office Address
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Seattle, 1519 Alaskan Way, South, Seattle, WA, 98134-1192, UNITED STATES

Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION FOR COMMERCIAL ITEMS / SERVICE IAW 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. FOR A FULL COPY OF THE SOLICITATION; SEND E-MAIL REQUEST ONLY TO: mailto:JOHN.R.WOOLERY@USCG.MIL. THIS SOLICITATION IS ISSUED AS A REQUEST FOR QUOTE. THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT IN THE F.A.R. UNRESTRICTED SET ASIDE. NAICS CODE 561710; EXTERMINATING AND PEST CONTROL SERVICES. SMALL BUSINESS STANDARD IS $6.5M.CONTRACT LINE ITEM 1: PEST CONTROL SERVICES FISCAL YEAR 08 ? 12 EACH MONTHLY TREATMENTS. CONTRACT LINE ITEM 2: PEST CONTROL SERVICES FISCAL YEAR 09 OPTION MULTI YEAR. CONTRACT LINE ITME 3: PEST CONTROL SERVICES FISCAL YEAR 10 OPTION MULTI YEAR. CONTRACTOR TO PROVIDE PEST CONTROL TREATMENT SERVICES AND CONTROL PLAN FOR 25 EACH COAST GUARD OWNED FAMILY RESIDENCES IN ILWACO WASHINGTON. EACH RESIDENCE SHALL BE TREATED ONCE EACH MONTH DURING THE FIRST WEEK OF EACH MONTH.     A TOTAL OF 12 TREATMENTS SHALL BE CONDUCTED ON EACH OF THE 25 RESIDENCES DURING THE COURSE OF THE FISCAL YEAR. FAR 52.212-1 INSTRUCTION TO OFERORS COMMERCIAL ITEMS ? APPLIES. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS ? APPLIES. RELATIVE FACTORS: PRICE / PAST EXPERIENCE / MANAGEMENT OVERSIGHT. PAST EXPERIENCE AND MANAGEMENT OVERSIGHT WHEN COMBINED ARE LESS IMPORTANT THAN PRICE. OFFERORS ARE INSTRUCTED TO INCLUDE A COMPLETED COPY OF THE PROVISION AT FAR52,212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS WITH THEIR OFFER. FAR 52.212-4 CONTRACT TERMS AND CONDITONS COMMERCIAL ITEMS ? APPLIES. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDER COMMERCIAL ITEMS ? APPLIES. OFFERS DUE NLT 3:00PM LOCAL FRIDAY 9/7/07. SEND TO COMMANDING OFFICER/FP/ - M/F JOHN WOOLERY ? USCG ISC SEATTLE ? 1519 ALASKAN WAY SOUTH ? SEATTLE, WA     98134-1192. E-MAIL OK TOmailto:JOHN.R.WOOLERY@USCG.MIL. FAX OK TO 206-217-6637. FOR INFORMATION CONTACT JOHN (JACK) WOOLERY AT 206-217-6373.

Point of Contact
John Woolery, Contracting Officer, Phone 206/217-6373, Fax 206/217-6637, Email john.r.woolery@uscg.mil - Tim Price, Contracting Officer, Phone 206/217-6381, Fax 206/217-6637, Email tim.j.price@uscg.mil

Place of Performance
Address: USCG STATION CAPE DISAPPOINTMENT 322 COAST GUARD ROAD ILWACO, WA 98624
Postal Code: 98624
Country: UNITED STATES