SOLICITATION NOTICE
99 -- PEST CONTROL TREATMENT
- Notice Date
- 5/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - GETT Gettysburg National Military Park, Administration 1000 Biglerville Road Gettysburg PA 17325
- ZIP Code
- 17325
- Solicitation Number
- Q1790100035
- Response Due
- 5/14/2010
- Archive Date
- 5/3/2011
- Point of Contact
- Kever L.Swafford Contract specialist 7173343139 Kever_Swafford@contractor.nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Classification Code:Exterminating services 2. NAICS Code: 561710-Pest control (except agricultural, forestry) services" 3. Solicitation Number: Q1790100035 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. 7. This action is being set aside for small business participation. 8. BID SCHEDULE: Anoxic Treatment Service: 1 job Total Price $___________. Specifications: PLEASE SEE ATTACHED STATEMENT OF WORK This potential award is in accordance withWD 05-2380 (Rev.-8) was first posted on www.wdol.gov on 08/04/2009. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Aug 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Apr 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (Aug 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O.11246), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting, please refer to Solicitation Q1790100035 Point of contact is Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Closing date and time for receipt of quote is May 12 2010, 4:00 PM Eastern Standard Time. Contractors may fax quotes to (717)334-6871 or mail hard copies to Gettysburg National Military Park, Administration, 1000 Biglerville Road, Gettysburg, PA 17325. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Eradicate Pests in Museum Collections through Anoxia Vanderbilt Mansion National Historic Site Project DescriptionThe National Park Service is seeking anoxic treatment services for historic textiles from the collections of the Vanderbilt Mansion in Hyde Park, New York. These collections are comprised of carpets and rugs, tapestries, draperies, bed hangings, and upholstered furniture totaling approximately 6000 cubic feet. These selected collections have been housed in the house and subjected to a chronic infestation of museum pests including at least clothes moths and dermestids. The collections are being moved to a purpose-built collection storage facility, and will be treated en route through these contracted services. The NPS will provide transportation of the collections to and from a suitable off-site facility, the provision of which is to be included in this contracted service, within approximately a one-hour drive, one way, of Hyde Park, New York. Historic BackgroundThe Vanderbilt Mansion National Historic Site is one of three congressionally-designated sites managed jointly by the National Park Service (NPS) in Hyde Park, New York. The site comprises portions of the former country estate of Frederick and Louise Vanderbilt, known historically as Hyde Park. The Vanderbilt house was built on a ridge overlooking the Hudson River in 1895-98 by McKim, Mead and White, one of the most important architectural firms in the history of the United States. A number of important decorators contributed to the house interiors, including Georges Glaenzer, Jules Allard, and Ogden Codman, in additional to Stanford White. The interiors are richly appointed, fashionable rooms and are archetypes of the American Renaissance period. All textiles that are the focus of this contract are original to the house and therefore of high associative and historic value. The site was designated a National Historic Site in 1940 under the direction of President--and native Hyde Park resident-- Franklin D. Roosevelt, and is currently managed jointly by the NPS with FDR's home and that of Eleanor Roosevelt. Scope of WorkUPON AWARD OF CONTRACT, perform the following services: Independently and not as an agent of the Government, the Contractor shall provide all labor, equipment, materials, facilities and travel needed to eradicate pests in selected historic collections of the Vanderbilt house by exposure to an anoxic environment. The selected Contractor shall: "Provide a suitable space for performing the treatment in a facility no more than one-hour's drive, one way, from Hyde Park, New York;"Establish the requisite treatment time for a 100% kill of pests in all life stages based on existing environmental conditions;"Create and maintain an airtight container within the facility capable of maintaining an oxygen-free (under 0.3% oxygen with a target concentration of 0.1%) environment, using argon or nitrogen gas to achieve and maintain that environment;"Control the temperature and relative humidity sufficiently within the container to optimize the pest eradication process, and to prevent extremes and substantial changes from existing seasonal conditions to which the collections have become habituated;"Monitor the oxygen, temperature, and RH levels within the enclosure throughout the treatment period and record conditions for submittal to the NPS;"Ensure the safety of contractors and staff in proximity to low oxygen conditions during and following treatment by monitoring and ensuring adequate ventilation. Pests known to be present in the Vanderbilt house and collections include the varied carpet beetle (Anthrenus verbasci), odd beetle (Thylodrias contractus), black carpet beetle (Attagenus spp.), and clothes moth (Tinea pellionella / Tineola bisselliella). Bidders are cautioned to confirm these identifications prior to proposing adequate treatment times. Contract Deliveries and Performance The work of this contract may be arranged according to the accepted proposal in one or more sequential treatments, with a maximum of 4 batches, with the schedule established for the mutual convenience of the contractor and NPS. The treatments must be completed within a period of six months from the date of award. Contract AdministrationThe Contracting Officer for this project is: Anne Jordan is designated the Contracting Officer's Representative (COR).Anne JordanRoosevelt-Vanderbilt National Historic Site4097 Albany Post RoadHyde Park, NY 12538Tel 845 229-9115 Ext. 28anne_jordan@nps.gov Conditions Affecting the WorkThe Contractor will be held to have examined the selected collections and the site locations; to have determined the quantities of materials identified for treatment; to have ascertained the nature of the work and the conditions which will affect the services to be performed; and all costs to complete the work of this contract. All persons submitting a proposal for this contract are strongly encouraged to visit the Vanderbilt Mansion NHS in Hyde Park, New York for the purpose of viewing the collections and the expected configuration in which they are to be treated, verifying NPS estimates of cubic footage, and confirming identification of representative examples of known pests prior to submitting a proposal. Failure to do so will not relieve the Contractor from responsibility for having estimated properly the difficulty or cost of successfully performing the work. Preparation of Contract Proposal It is strongly recommended that potential bidders visit the Vanderbilt house in Hyde Park, New York prior to preparing their proposals. This visit can be arranged by contacting Anne Jordan at the above. Submit two paper copies and one electronic file of your proposal. 1.Propose plan for performing the work of this contract to include the following: a.Describe the method by which you propose to treat the Vanderbilt collections, including the protocol, equipment and materials to be used, organization of the work, size and configuration of the container, the means for flushing oxygen from the container to achieve and maintain the requisite low oxygen conditions, and the recommended duration of the treatment; b.Indicate the method, equipment, and frequency by which you plan to monitor and document the oxygen, RH and temperature levels throughout the treatment process. c.Indicate where the treatment will be performed, and provide a detailed description of the facilities, addressing at a minimum its size and configuration, climate control, security, and available tools and equipment. Costs, such as rental and insurance, for the off-site space are to be included in the project cost. d.Indicate what level of environmental (T and RH) stability and range can be expected to be maintained within the chamber/bubble during the treatment process. e.Indicate how you propose to organize the work and the level of flexibility possible. 2.Indicate the qualifications and relevant experience of the firm and the individual staff and consultants who will be involved in this project, and the probable nature and extent of their involvement. a.Provide a description, with photos if possible, of at least two recently-completed projects comparable to this proposed work in terms of age and significance of the collections, and the size of the project. Give priority to projects addressing the holdings of history or art museums. b.Provide at least 3 references with contact information of relevant clients that can be contacted in the course of evaluating this proposal 3.Submit an itemized cost estimate for the proposed treatment, including costs of the requisite supplies and equipment, the space in which the treatment will be performed, and all travel associated with planning, conducting, and monitoring the treatment process. 4.Propose an itemized schedule for performing the work as outlined in the proposal. Treatment of the identified collections shall be completed within 6 months of award. Proposal Evaluation CriteriaProposals will be evaluated on demonstrated experience, background and qualifications of personnel and consultants, soundness of the proposed procedures, suitability of proposed space, and suitability of cost. Proposals will be evaluated by qualified park staff assisted by the contracting officer based on the following criteria and emphasis (total score is 100 points): 1.Demonstrated knowledge and experience of the firm and individual staff in providing anoxic treatment services to museums and libraries for the purpose of insect eradication. 40 points2.Demonstrated participation of firm or staff in the professional conservation community. 10 points.3.Adequacy of the proposed location and facilities, space, security, and equipment to perform the work of this contract, and the feasibility and ease of NPS transporting collections to the site. 30 points4.Suitability of costs. 20 points.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1790100035/listing.html)
- Place of Performance
- Address: ROOSEVELT-VANDERBILT NATIONAL HISTORIC SITE4097 ALBANY POST ROADHYDE PARK, NY 12538
- Zip Code: 12538
- Zip Code: 12538
- Record
- SN02138352-W 20100505/100503234432-08581876bcf40eb1100e2215062e375a (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 |