Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SOLICITATION NOTICE

99 -- Waterfowl/Geese Control and Access Restriction - Combination Synopsys/Solicitation

Notice Date
12/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Procurement Management Division (WPP), 7th & D Streets, SW, Room 7107, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-10-YE-C-0043
 
Archive Date
1/25/2010
 
Point of Contact
Kara Alice Dinowitz, Phone: 2022191774
 
E-Mail Address
kara.dinowitz@gsa.gov
(kara.dinowitz@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered with the Central Contractor Registration (CCR) to be considered for an award of a Federal contract; the web site for registration is www.ccr.gov. Additionally, each offeror must obtain, and provide with their proposal, their nine-digit Dun and Bradstreet (DUNS) number. 2. This synopsis/solicitation is participating in the Small Business Competitiveness Demonstration Program under FAR 19.10. Any award made under this synopsis/solicitation will be pursuant to the Small Business Competitiveness Demonstration Program. 3. The contractor shall furnish all the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to successfully perform the required Waterfowl/Geese Control and Access Restriction ("Geese Control") services. Please see attached scope of work for full specifications. 4. Anticipated period of performance is February 1, 2010 through January 31, 2011 (not including the four (4) option periods if exercised) for Geese Control services at the FDA Campus, White Oak,10903 New Hampshire Avenue, Silver Spring, MD 20903 ("White Oak Campus"). 5. A FIRM FIXED-PRICE TYPE CONTRACT WILL BE AWARDED FROM THIS SOLICITATION. 6. Award will be made to the responsive and responsible firm that offers the Lowest Price Technically Acceptable (LPTA) price to the U.S. Government. The General Services Administration (GSA) reserves the right to make no award. 7. The offeror must propose a price for the initial base year and for the four (4) option years in order to be considered for award. 8. The prime contractor submitting the proposal for award must meet the contract past performance and prior experience requirements independent of any sub-contractor's past performance, prior experience, or key personnel. The prime must satisfy all evaluation criteria. The government will not consider the subcontractor's experience, past performance, or key personnel as part of the evaluation of proposals to qualify or contribute to the required prior experience or past performance of the prime contractor. 9. In order to be considered for award, the offeror must acknowledge receipt of each amendment issued (if any) under this solicitation by submitting submitting three (3) signed and dated copies of the Standard Form 30 (Amendment of Solicitation/Modification of Contract) issued for each amendment. 10. All responsible sources may submit a proposal which shall be considered by the agency. Offers must be submitted in writing to General Services Administration, National Capital Region, 1099 14th Street, NW, Suite 200W, Washington, DC 20005, Attention: Trish Ludlow, by January 11, 2010, no later than 4PM Eastern Time. This includes any modifications to the original proposal, amendments that are being acknowledged, or requests for withdrawal of your proposal. Facsimile or electronic bids/proposals will not be accepted. Prices proposed are to remain effective for 60 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps vendor notification service. 11. Potential offerors may direct all inquiries pertaining regarding this solicitation in writing to Trish Ludlow at Trish.Ludlow@gsa.gov. Telephonic requests will not be honored. 12. Unbalanced Bids/Offers: Bidders/offerors are cautioned that any bid/offer may be rejected as non-responsive if it is materially unbalanced as to prices for the basic requirement and the option period. An offer is unbalanced when it is based on prices significantly less than the costs for some work and prices, which are overstated for other work. 13. Pricing of Option: The Department of Labor (DOL) wage determinations will be applicable to specific reimbursable task orders issued under this requirements contract. In the event the option(s) is exercised by the Government, the contract price(s) will be adjusted upward or downward at the time the option is exercised in accordance with "FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts), when the contract includes the clause at 52.222-41, Service Contract Act of 1965." 14. Executive Order 12989, Economy and Efficiency in Government Procurement through Compliance with Certain Immigration and Naturalization Act Provisions, is in effect and must be complied with under any contract(s) resulting from this Request for Proposals (RFP). In accordance with Executive Order 12989, contractors are responsible for compliance with immigration laws and are hereby notified that any and all suspected infractions shall be reported to the Immigration and Naturalization Service. 15. This package should be read in its entirety to ensure that the offeror is fully cognizant with all of the contract requirements. 16. This solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular 2005-27. This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of all clauses and provisions may be accessed electrically at: www.arnet.gov. 17. NOTE: Per the Federal Acquisition Regulations (FAR) 15.208(d), If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the Government office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. 18. Subcontract Costs: The contractor will be reimbursed for the actual costs of subcontracts and the prime contractor's G&A only as identified per the BID/OFFER FOR BASIC SERVICES applicable service period (profit is not to be included) for the subcontractor's actual costs for labor and material. No additional add-ons will be allowed. If the subcontractor charges by the hour, the prime contractor shall assure that the subcontractor's employees sign in/out on the sign in/out sheet so charges may be verified. The contractor shall submit a copy of the subcontractor's invoice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPYB/GS-11P-10-YE-C-0043/listing.html)
 
Place of Performance
Address: FDA Campus, White Oak, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN02022178-W 20091213/091211235208-72daa97da679b0fdb6ee21265d42a853 (fbodaily.com)
 
Source
FedBizOpps 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.