Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOLICITATION NOTICE

S -- PEST CONTROL SERVICES - Package #1

Notice Date
8/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-12-Q-PPA007
 
Archive Date
9/6/2011
 
Point of Contact
Angel L. Pol, Phone: (757) 483-8541, Edna L. Daniels, Phone: (757) 483-8555
 
E-Mail Address
angel.pol@uscg.mil, edna.l.daniels1@uscg.mil
(angel.pol@uscg.mil, edna.l.daniels1@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quote Package 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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. HSCG27-12-Q- PPA007 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 561710 and the small business size standard is $7.0 M.. The FOB Destination delivery is to: USCG BSU Portsmouth, 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199. Offers are due at USCG BSU Portsmouth, VA, by the Close of Business on 8/22/11. Questions may be directed to Angel Pol, telephone (757) 483-8541 or email: angel.pol@uscg.mil Unit POC for technical questions or to arrange a site visit: Tom Jewett @ (757) 483-8792 The USCG BSU Portsmouth has a requirement for: Pest Control Services WORK COVERED BY CONTRACT: Contract work shall encompass the following items of work as described in the specifications. The summary is not all-inclusive and delineates only those items deemed as major to the contract. Ancillary work items not listed below, though necessary to attain the complete project, shall be included in the contract. WORK INCLUDED: The contract shall provide all labor, materials, equipment, transportation and supervision necessary to perform the work as described herein. All work shall be conducted per this scope of work in accordance with all applicable Federal, State and Local laws, regulations, codes and directives. Work of an incidental nature not expressly descried in this scope although necessary to complete the project shall be included. GENERAL: Electrical power, water and sanitary facilities are available at the site. Use of electrical power is limited to tools that can operate on 120V AC/60Hz, single phase. SCOPE OF WORK: Provide Pest Control Services to all grounds and facilities located at the Coast Guard Base in Portsmouth, Virginia. Required pest control coverage applies to: 1. Control roaches, clothes moths, ants, crickets, spiders and silverfish. 2. Control ants, fleas, mice and rats. 3. Control of miscellaneous vermin located within buildings. 4. Outside control of fleas and ants located around barracks building (UPH). 5. These services are to include the trailers located on base: C3Cen Annex's A, B, C, D; Training Team East, Regional Dive Locker, Sector Hampton Roads A and B. 6. Maintain termite baiting stations for Sector Hampton Roads Operations Building and the UPH buildings Minimum Pest Control services include: 1. Check in with the Facilities Engineering Office for any work orders or discrepancies pertaining to any building. 2. Monthly inspection of the site as per attached drawing. 3. Identify pests, damage or any potential pest infestation. 4. Determine the extent of pest problems. 5. Utilize non-chemical controls (traps) or pesticide IAW EPA approvals. 6. Remove any nuisance wildlife using the least harmful method. Attempts shall be made to turn over injured animals to the local SPCA. 7. Evaluate the effectiveness of the treatment. 8. Contract shall report to Coast Guard Contracting Officer technical Representative (COTR) any evidence of pests or conditions conducive to pest infestation within one working day of the time such condition is first discovered. 9. Contractor is to maintain records of all actions taken and record these actions on the work orders that will be provided by the Facilities Engineering Division. These records shall be available for inspection by the Government upon request. Contractor is to turn over all records to the Government at the end of the contract. Provide written detailed infestation or damage reports to the COTR. SITE VISIT: All bidders are encouraged to visit the site to field verify quantities before submitting bids. Interested parties shall make arrangements for a site visit with Tom Jewett 483-8792. MILITARY REGULATIONS: The contractor, his employees and sub contractors shall become familiar with and obey all station regulations. All personnel employed on the project shall keep within the limits of the work and avenues of ingress and egress, and shall not enter any other areas outside the site of work unless required to do so in the performance of their duties. The Contractor's equipment shall be conspicuously marked for identification. There shall be no smoking in any Coast Guard building. WORK HOURS: The Contractor shall perform the onsite work during the normal operational hours of 7:00 am and 4:00 pm Monday thru Friday except Federal Holidays. Tom Jewett must approve and deviation from normal hours 24 hours in advance. PERFORMANCE: All work shall be completed within 30 days of notice to proceed. CLEANUP OF WORK AREAS: The contractor shall remove and properly dispose of all trash, debris incident to the contract work from the limits of government property, as well as all adjacent affected areas. Disposal shall be in accordance with Local, State and Federal regulations. Any floor, wall or ceiling surfaces that may have been stained or soiled by the contract work shall be restored to preconstruction condition. ACCEPTANCE OF WORK: Prior to acceptance of work by the Coast Guard, the Contractor shall arrange through Tom Jewett a final inspection of the work site to ensure compliance with all contract requirements and to identify necessary corrective work. In the absence of Mr. Jewett, Ms. Lori Bean, Ms. Marsha Haney or Mr. Randall Peters are authorized to place calls for these services. COST BREAKDOWN: Contractor shall provide a cost breakdown of material, labor and equipment. This request is for an option agreement contract for a base year and 4 option years. Quote each separately. Base Year (10/1/11 - 9/30/12) Option Year 1 (10/1/12 - 9/30/13) Option Year 2 (10/1/13 - 9/30/14) Option Year 3 (10/1/14 - 9/30/15) Option Year 4 (10/1/15 - 9/30/16) Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (May 2011), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of liability insurance certificate (14) One copy of business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C.351, et seq); 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009)(29 U.S.C. and 41 U.S.C. 351); 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). Department of Labor Wage Determination No: 2005-2543, Revision No: 13, Dated 06/13/2011 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-12-Q-PPA007/listing.html)
 
Place of Performance
Address: USCG BSU Portsmouth, 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703-2199, United States
Zip Code: 23703-2199
 
Record
SN02527726-W 20110811/110810000113-8767dacdf2e58d3ac0ee58a3f762174c (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.