Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

S -- Pest Control - PWS

Notice Date
12/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-12-Pest
 
Archive Date
1/18/2012
 
Point of Contact
Matthew S. Carman, Phone: 8439633569
 
E-Mail Address
matthew.carman.2@charleston.af.mil
(matthew.carman.2@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Short Stay Map Ship Yard Map Base Map PWS COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)). (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-12-Pest and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective 02 Nov 2011. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 561710 with an $7 million size standard. (v) Contractors shall complete and return the attached Request for Quotation for Pest Control Services on Joint Base Charleston Weapons Station. A SITE visit will be conducted all prospective Offerors shall meet on the second floor of Bldg 503, Charleston AFB on Thursday 4 January 2012. Prospective offerors are urged to attend this conference and are requested to contact Matthew Carman, Contract Specialist at (843) 963-3569, Fax number (843) 963-5183, e-mail address NLT 12:00 Noon (EST) 16 December 2011 if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston Weapons Station and to NPTU. Offerors are cautioned that JB CHS Weapons Station has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.) In addition, to be allowed entry to NTPU, security forms will be required to be turned in to this office NLT 12:00 Noon (EST) 16 December 2011 in order to be placed on NPTU's authorized access list. Security forms can be provided to Vendors digitally by individual request to Matthew Carman at matthew.carman.2@us.af.mil. Maps of the areas requiring service will be distributed to all Vendors at the site visit or can be provided digitally by individual request to Matthew Carman at matthew.carman.2@us.af.mil. All questions pertaining to this solicitation and requirement are due to this office NLT 4:00 PM (EST) 5 January 2012 Details regarding the information required will be provided upon request to Matthew Carman at matthew.carman.2@us.af.mil. All responsible sources may submit a quote, which shall be considered. (vi) The Contractor shall perform Pest Control Services to prevent and control the following types of pests including but not limited to: nuisance, structural, lawn and ornamental, and medical arthropod and vertebrate pests for areas and facilities of Joint Base Charleston - Weapons Station, Short Stay Recreation Facility, and the old Naval Shipyard, South Carolina as specified in Appendix B (Maps). See attached performance work statement. (vii) FOB destination, base performance period is 1 April 2012 - 30 Sept 2012; 1st option is 1 Oct 2012 - 30 Sept 2013; 2nd option is 1 Oct 13 - 30 Sep 14; 3rd option is 1 Oct 14 - 30 Sep 15; 4th option is 1 Oct 15 - 30 Sep 16; 5th option is 1 Oct 16 - 31 Mar 17. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Past Performance. 2. Technical capability of the item offered to meet the Government requirement. 3. Price - The Government will evaluate the total price of the offer for award purposes. Technical and performance factors, when combined, are significantly more important than price. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as performance effort involving essentially the same magnitude of effort and complexity this RFQ requires. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement. • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 15 DAYS. • FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 MONTHS. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Service Contract Act of 1965 and current Wage Determination # 2005-2473 (Rev. 13) • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 99410 - Pest Controller WG-7 $17.93 + 32.45%Fringes • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations See 23.804(a) -- Contract Clauses: (a) 52.223-11, Ozone-Depleting Substances, (b) 52.223-12, Refrigeration Equipment and Air Conditioners 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 17 Jan 2012 no later than 3:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA4418-12-Pest (xiv) Address questions to Matthew Carman,Contract Specialist, at (843) 963-3569, fax (843) 963-5183, email matthew.carman.2@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-12-Pest/listing.html)
 
Place of Performance
Address: JB Charleston WS, Red Bank Club, Building 942, Goose Creek, South Carolina, 29445-8601, United States
Zip Code: 29445-8601
 
Record
SN02637269-W 20111214/111212233941-6dc1c605112f6a6f8630efef3963a073 (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.