Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

R -- Integrated Pest Management Services

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-RMLRFQ4032
 
Response Due
6/3/2004
 
Archive Date
6/18/2004
 
Point of Contact
Leona Eschenbacher, Purchasing Agent, Phone 406-363-9395, Fax 406-363-9288, - Lynda Kieres, Purchasing Agent, Phone 406-363-9210, Fax 406-363-9288,
 
E-Mail Address
LEschenbacher@niaid.nih.gov, lkieres@niaid.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12 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. This procurement is being issued as a request for quotation. Submit offers on RML RFQ 4032. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97 2001 23 dated May 05, 2004. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Total Small Business Set Aside. The associated North American Industry Classification System Code (NAICS) for this procurement is 561710 and the size standard is $6.0 m. SCHEDULE: The Rocky Mountain Laboratories (RML) Administrative and Facilities Management Section has a requirement for Integrated Pest/rodent Management (IPM) services at the RML campus located in Hamilton Montana excluding building 13, ARMCO 1 & 2, and the south side of building 25. The basis of these IPM services is the regular monitoring and evaluation of the presence of insect and rodent pests inside and outside of the facility and, when necessary, to implement appropriate control measures. The goal of this IPM program is to provide effective, long-term pest control while minimizing the use of pesticides. Pesticides shall only be applied when non-chemical methods have been shown to be ineffective or impractical and only in areas of known infestation. It is essential to the success of this program that the Contractor provides proactive services that identify housekeeping and structural deficiencies that contribute to pest problems, and in some situations, correct minor structural deficiencies by caulking or sealing. Minor deficiencies shall be determined by the Project Officer, or Alternate. The Contractor must exhibit awareness and sensitivity to the fact that this facility is a critical part of on-going, highly sensitive, biomedical research and must not be compromised through inadvertent contamination by toxicants, such as pesticides. All IPM services and activities shall be planned and performed with the needs of the scientific programs and the facility staff as the foremost priority. A site visit is preferred; contact the Purchasing Agent in advance to schedule your attendance on May 27, 2004 from 10:00 am to 11:00 am. Facility maps and floor plans are also available from the Purchasing Agent. The period of performance for this contract will consist of one (1) twelve month base period and four (4) twelve month option years. FOB Point shall be Destination, Hamilton, MT. Inside delivery shall be 10 days after receipt of order (ARO). Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. This procurement is Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ). It is mandatory that Services procured include the following features: (1) Within ten (10) days of receiving the notice of award from the RML Procurement Office, the Contractor's Program Technical Supervisor and Pest Management Technicians shall perform a complete survey of all areas included in this program and develop a written pest management report and service plan for the facility. During this initial survey the Contractor shall place monitors (i.e., sticky traps, glue boards, Ketch-All's, etc.) in all areas to be serviced. Traps shall be identified with the technician?s initials, service date, room number, number of monitors in a room (i.e., 1 of 6, 2 of 5, etc.) and location in the facility. Monitoring devices shall be maintained in all areas of the facility throughout the performance of this contract. All monitors shall be shown on a facility map, reflecting the number of trap(s) and type of trap(s), e.g., I-insect, R-rodent, LT- light trap, PT-pheromone trap, etc. (2) Within seven (7) working days following the initial survey, the Contractor shall commence regular IPM services. These services shall be performed only on approved days and times. (3) Structural deficiencies and poor housekeeping practices that contribute to pest infestations shall be reported, in writing, to the Project Officer, or Alternate by the Contractor at the completion of each service. The Contractor shall maintain a pest management logbook that will be kept on the RML campus. This logbook shall contain clear and concise records reflecting the common names of pests trapped in the facility, including pesticide application records as per the Montana State Pesticide Applicators Laws and Regulations. All record entries shall contain full common names and shall contain no abbreviated codes or symbols for pests or pesticides. All records entries shall contain structural and housekeeping deficiencies, non-pesticidal control measures applied, immediate and long term recommendations regarding pest management. Material Safety Data Sheets (MSDS) and labels required for all products that may be applied at the facility, and government furnished floor plans showing all monitor locations. A section of the logbook shall be allocated for facility personnel to report pest sightings and other information to be reviewed during the regular service. A sample logbook shall be submitted for review and approval along with the initial pest management service plan and report. (4) The Contractor shall respond to requests for service within 24 hours of the request by the Project Officer or Alternate. The Contractor shall provide emergency service on the same day of the request by the Project Officer or Alternate. The Contractor shall be capable of providing emergency services twenty-four (24) hours a day, three hundred sixty-five (365) days a year. A list of telephone numbers shall be provided by the Contractor in the logbook, for use by the Project Officer or Alternate, in the case of a pest related emergency. Any pest infestation or occurrence that is determined by the Project Officer or Alternate to pose an immediate hazard or unacceptable distress shall be considered an emergency. The date and time of emergency service and the pest(s) requiring emergency service shall be listed in the summary report. (5) IPM services shall include all invertebrate and vertebrate pests, such as but not limited to, ants, fleas, stinging insects and nests accessible from the ground or from windows, rats and mice, flies, silverfish, and incidental invaders, i.e., crickets, earwigs, midges, millipedes, centipedes, ground beetles, clover mites, birds, bats, squirrels, ground chucks, and pigeons. (6) Minor preventive caulking and sealing of pest harborage and pathways is the preferred method of preventing or correcting an infestation and shall be part of the routine services. Limited, site specific applications of sealant and other sealing materials shall be made under sinks, around cabinets, pipe chases, windows and doors, and the exterior in lieu of or to augment other control methods. (7) On site pest management services shall be provided only by a licensed pest management technician who is certified by the Montana State Department of Agriculture Commercial Application Industrial, Institutional, Structure and Health Relevant (PCO). In addition, the Contractor shall designate an alternate pest management technician who is also certified. The alternate pest management technician shall be completely familiar with all aspects of the IPM program. A copy of all Montana state certificates and the Contractor's Commercial Pesticide Applicators Business License shall be provided with the Contractors proposal. The Contractor shall have, as a full time employee, a staff Program Technical Supervisor who will have primary responsibility for the conduct of this pest management contract, and who will be available for routine and emergency consultation. The following minimal documentation regarding this individual, and any alternate?s experience and training shall be provided in the proposal: a. Curriculum Vitae (CV) b. Current Montana state certification as a Commercial Pesticide Applicator (Industrial, Institutional, Structural, and Health Related Pest Control with a minimum of sub categories to include: general pest control, termite control, bird control, and rodent control); or Pest Control Consultant (with examination in Industrial, Institutional, Structural, and Health Related Pest Control, with a minimum of sub categories to include: general pest control, termite control, bird control, and rodent control). (8) The Program Technical Supervisor, all Pest Management Technicians, and the Project Officer and Alternate for the RML shall meet at least quarterly to review the IPM program and initiate any changes in the operation of the IPM program that will enhance its overall effectiveness. These meetings and the discussions shall be noted in the logbook. (9) Pesticide applications shall be made only to areas of known infestation and where non-chemical control measures such as traps, caulking, sealing, cleaning and disposal of infested goods were not successful or are not feasible as authorized by the Project Officer or Alternate. (10) Pesticides shall only be applied after notification and approval by the Project Officer or Alternate. The Contractor shall schedule pesticidal treatments for a later time and/or date in order to accommodate the needs of the facility personnel and Management. Insecticides shall be applied as solid baits, gels, or crack and crevice injection devices such as or equivalent to the Whitmire System III, or other aerosols with injection tips. Granular formulations and compressed air sprayers shall only be used for treatment of utility areas or areas outside the building, when necessary, to correct active pest problems. Rodenticides shall only be applied in place packs or bait blocks inside bait stations that are labeled with the common name of the rodenticide applied, date of service and an emergency phone number that can be called for information in the event an accident. Rodenticides shall only be used at the loading dock or other area outside the facility, not inside the animal care facility or surrounding spaces. Non-chemical methods such as traps and glue boards may be used, in areas where they will not be removed during cleaning or pose a hazard to the animals or facility personnel. Traps and monitoring devices should be checked during each regular monthly service to assure adhesiveness of the surface. If repeating live traps are used they shall be serviced the next day to ensure quick removal and humane treatment of the trapped animal. (11) Pest Exclusion Services - The Contractor shall provide preventive pest exclusion services (caulking and sealing) both inside and outside the facility, pending concurrence of the Project Officer or Alternate. The Contractor shall only use paintable and cleanable sealant approved by the Project Officer or Alternate. All caulking and sealing shall be done in a neat, professional and workmanlike manner using a paintable and cleanable sealant. As there may be an odor associated with caulking, prior notification of the Project Officer or Alternate is required before any caulking is performed. All exclusion services shall be billed at a fixed hourly rate and itemized on the month end invoice. The time, date and location of these services shall be indicated on the monthly PM summary report. (12) Pricing for the base year shall include: a) The initial Pest Management Startup costs; b) The Monthly Pest Control Service costs; and c) An hourly rate for an estimated 36 hours of Emergency Service Calls. (13) Pricing for the additional (4) twelve month option years shall include (by each year): a) The Monthly Pest Control Services for the each option year; and b) An hourly rate for an estimated 36 hours of Emergency Service Calls. The government intends to make an award based on: (1) Technical Capability to meet the Government requirement. (2) Capability to meet the 24 hour response time. (3) Price. (4) Past Performance. The following FAR provisions and clauses apply to this acquisition: FAR 52.217 5 Evaluation of Options; FAR 52.217 9 Option to Extend the Term of the Contract; 52.212 1 Instructions to Offerors Commercial; Offerors shall include with their offer a completed copy of the provisions at FAR 52.212 3 Offerors Representations and Certifications, Commercial Items. FAR 52.212 2 Evaluation, Commercial Items. FAR 52-212 4 Contract Terms and Conditions Commercial Items; FAR 52-212 5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database (Registration is available via the Internet at www.CCR.gov) prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers may be mailed or faxed to the POC indicated above (Fax - 406-363-9288). Offers shall be submitted not later than 4:30 PM (MST), June 03, 2004. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT
Zip Code: 59840
Country: USA
 
Record
SN00589366-W 20040522/040520211736 (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.