Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2003 FBO #0539
SOLICITATION NOTICE

99 -- PEST CONTROL SERVICES FOR THE DC ARMY NATIONAL GUARD AT VARIOUS LOCATIONS

Notice Date
5/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
DAHA49-03-T-0067
 
Response Due
6/5/2003
 
Archive Date
8/4/2003
 
Point of Contact
SYDNEY M. RINEHART, 202 685-7854
 
E-Mail Address
Email your questions to USPFO for DC
(SYDNEY.RINEHART@DC.NGB.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be provided at the site visit. STATEMENT OF WORK: In accordance with th e enclosed Statement of Work, the contractor shall provide all tools, materials, parts and equipment to provide pest control services at the D.C. Armory and several buildings at the Anacostia Naval Station, Washington, D.C. A site visit will be held on th e 3rd of June 2003 at 1:30 p.m. The site visit will begin at USPFO, 189 Poremba Court, S.W., Bldg. 350, Anacostia Naval Station, Washington, D.C. and will end at the D.C. Armory, 2001 East Capitol St., S.E., Washington, D.C. All attendees must submit a l isting providing names, vehicle make and model, tag number and social security number to gain access to the Anacostia Naval Station. This information must be faxed to the attention of Ms. Sydney M. Rinehart (202) 685-7854 two (2) days before the site visi t. You must have a valid picture ID when entering the base.SW1 Location of Work: The services to be performed will be located at the following seven (7) District of Columbia Army National Guard (DCARNG) facilities: 1. District of Columbia Army National Guard (DCARNG) DC Armory Building 2001 East Capitol Street South East Washington, DC 20003-1719 2. Combined Support Maintenance Shop (CSMS) Building 356 2796 Mitscher Road, Southwest Anacostia Naval Station Washington, DC 20373 3. Organizational Maintenance Shop No.1 (OMS-1) Building 355 2796 Mitscher Road, Southwest Anacostia Naval Station Washington, DC 20373 4. Organizational Maintenance Shop No.2 (OMS-2) Building 354 2796 Mitscher Road, Southwest Anacostia Naval Station Washington, DC 20373 5. Organizational Maintenance Shop No.3 (OMS-3) Building 353 2796 Mitscher Road, Southwest Anacostia Naval Station Washington, DC 20373 6. U.S. Property and Fiscal Office (USPFO-Warehouse) Building 350 189 Poremba Court, Southwest Anacostia Naval Station Washington, DC 20373 7. Reserve Center (Joint Use) Building 351 189 Poremba Court, Southwest Anacostia Naval Station Washington, DC 20373 (NOTE: Treat only the DCARNG sections of Bldg 351) SW2 Period of Work: The service shall be for a seven month period, from 1 June 2003 through 31 December 2003. SW2.1 Site Visit: The contractor is required to perform a pre-bid site visit to all locations listed in SW1 to verify site conditions and locations, size and square footage of affected areas. SW3 Principle of Work: The work to be accomplished includes the performing of pest control services at the DCARNG facilities listed above in SW1. All pest control services shall be in accordance with all applicable federal, state and local statutes presen tly established or that may be established during the term of the pest control services provided to the DCARNG. SW4 Specifications: During the pre-bid conference, the contractor must review the DCARNG Pest Management Plan, Integrated Pest Management Outlines, in the Environmental Office. The contractor must secure, keep in force and pay for all necessary licenses a nd permits required for the pest control service and comply with all laws, orders, rules and regulations of any federal, state or local authority. All materials and workmanship must comply with all applicable local, state and Federal codes, specifications and ordinances. SW4.1 Target Pests: The contractor must provide a pest free environment, free from but not limited to the following: mosquitoes, ticks, bees and wasps, filth flies, termites, stored products and warehouse invaders, rodents, birds, incidental vertebrates, nuisance crawl ing pest (crickets, earwigs, ground beetles, millipedes, centipedes, silverfish), cockroaches of all species, spiders, biting insects, and all species of ants. SW4.2 Pest control services shall be performed in all areas including but not limited to basements, offices, supply storage spaces and rooms, closets, plumbing and steam pipes accesses, shelves, any and/or elevators, walls or enclosures, kitchens, dining a reas, cafeteria, food preparation and storage areas, loading platforms, refuse containers storage areas, lavatory and shower rooms, hallways and lounge rooms, and other institutional components. SW4.3 The contractor must perform a thorough detection program during every service utilizing aerosolized pyrethrums with probe attachment for crack and crevice inspection, dated glue boards and use of a functional flashlight. SW4.4 Pest control services shall be conducted at all DCARNG locations listed herein twice per month with four (4) additional service calls at no additional cost the DCARNG. Contractor will conduct emergency service calls within 24 hours of notification da te. Following each service, the contractor must submit a written report to the Environmental Program Manager or an appointed alternate listing any and all areas that remain inaccessible for pest control service. SW4.5 The Contractor is to use the proper equipment and material to render the services to insure safety for all human life and the environment. The application of all materials shall be made in a manner which is consistent with label instructions, and wh ich does not cause harm, injury and damage to human life, property and/or the environment. All pesticides used shall be non-flammable, secured when unattended, and registered by the US Environmental Protection Agency. SW4.6 The Contractor shall be responsible for removing and disposal of all excess and/or unneeded chemicals, materials, equipment and expired rodents or other pests after application is completed. No chemicals or equipment are to be stored or the disposed of at the DCARNG facility sites at any time. SW4.7 During the performance of pest services, the contractor must submit written reports of significant structural and sanitation problems for possible correction that would directly contribute to improved pest control efforts. Reports are to be submitte d to the Environmental Program Manager within seven days of discovery. SW4.8 The Contractor is responsible for treating and controlling all wasps, hornets and other stinging insects that are nesting in the interior and/or on the exterior of all buildings. The contractor is required to treat and control external nesting of was ps, hornets and other stinging insects up to a maximum height of three (3) stories. SW4.9 The contractor is responsible to respond and treat reported nuisances at no additional cost including stinging insects and other specified pests near building perimeters, trash compactors and dumpsters. SW4.10 Integrated Pest Management: The Contractor must comply with the Integrated Pest Management (IPM) practices. The goal of IPM is to deliver effective pest control while at the same time reducing the volume and toxicity of pesticide use. IPM is a pr ocess for achieving long term environmentally sound pest control through a wide variety of technological and management practices. Control techniques in an IPM program include a combination of pest monitoring, good sanitation practices, education, appropr iate solid waste management, building maintenance, alternative physical, mechanical, and biologic pest control, and as a last resort, the use of pesticides according to a predetermined hierarchy of pest management choices, formulations, and application tec hniques, which will minimize the exposure and potential risks to people and the environment. The emphasis of IPM is a holistic approach and is focused on elimination of causes as opposed to treating symptoms. The contractor shall furnish a ll supervision, labor, materials, and equipment necessary to accomplish the surveillance, trapping, and pesticide application components of the IPM program. The contractor shall also provide in writing detailed facility-specific recommendations for struct ural and procedural modifications necessary to achieve the goal of pest elimination. SW4.11 Upon completion of the day??????s job, the contractor shall leave the job site in a clean safe condition and immediately remove all tools, equipment, and any surplus materials from DCARNG facility property. SW5 Contractor Certifications: The contractor shall have sufficient qualified personnel and equipment to satisfactorily perform the pest control services and shall submit evidence of qualifications to meet all requirements. Contractor must have licensed a pplicators who possess a valid Certified Commercial Pesticide Applicator License. Contractor must possess a minimum of five (5) years of demonstrated successful operation of pest control services, servicing similar or equal sized facilities. Contractor m ust hold a current Certified Commercial Pesticide Applicator Registration. SW5.1 Contractor??????s personnel must be physically able to effectively perform their assigned work and be in general good health. Personnel must be thoroughly trained, commercial certified applicator and qualified in the required work having a minimum of two (2) years successful experience. Contractor??????s personnel must contact the Environmental Program Manager or an appointed alternate each time they report for service. The Environmental Program Manager or an appointed alternate must approve the ar eas treated and the amount of time spent working on each area before payment is rendered. SW6 Warranty: The contractor shall guarantee pest reduction and pest control in all facilities listed in SW1. Failure to reduce pest population and/or adhere to this scope of work could result in contract cancellation. The contractor shall exercise bes t care and employ proper QA/QC during all pesticide applications.
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20373
Country: US
 
Record
SN00328821-W 20030522/030520214611 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.