Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
SOURCES SOUGHT

S -- Pest Control Services, Various Locations, Oahu, Hawaii

Notice Date
1/30/2014
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, ACQUISITION DEPARTMENT, 400 Marshall Road, Pearl Harbor, Hawaii, 96860-3139, United States
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-14-R-2427
 
Archive Date
2/15/2014
 
Point of Contact
Sandy A Sekiguchi, Phone: (808) 474-3388
 
E-Mail Address
sandy.sekiguchi@navy.mil
(sandy.sekiguchi@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and determining whether to set-aside the requirement for small businesses. The Contractor shall provide all the labor, transportation, equipment, materials, tools, supplies, supervision, and administration services needed to provide Indefinite Delivery Indefinite Quantity Pest Control Services at Various Locations, Oahu, Hawaii. Soil Treatment - Subterranean Termite Control: The work may include removing the existing finish flooring materials, drilling holes through existing concrete floor slab and perimeter trenching along exterior foundations; drilling holes in hollow block tile walls below grade; treating ground area beneath concrete slabs and perimeter trenches with a soil termiticide, backfilling trench and patching concrete slabs and finish floor materials; and all other miscellaneous work required to facilitate and complete the soil treatment as listed on the task order. There are various types of military facilities that require different levels of effort to complete the soil treatment: slab on grade, reinforced concrete slabs, post-tensioned slabs, pier and grade beam foundation, and platform foundation. The Contractor shall be familiar with the work involved for each type of construction and be able to complete the treatment in accordance with the terms of this contract. Tent Fumigation: The fumigation of buildings shall follow procedures and regulations in normal industry practices and manufacturer's instructions. Colony Elimination System: The work includes installation of a complete termite colony elimination system or bait system to provide protection of structures from subterranean termite colony attack and subsequent damage. Bird Control Services: The Contractor shall provide all labor, equipment, and materials necessary to perform bird control services as defined in the task order. The work may be performed in and around high pedestrian traffic areas. Bird control services may include: Providing administrative submittals; removing bird roosting, nesting and debris for satisfactory installation of bird control devices (Initial Removal); cleaning up fecal matter, egg shells, and debris (Clean-up Services); eliminating bird mites; providing quarterly inspections and remedial services. Consultation Services: The Government may order consultation services in the field of entomology for locations within the scope of this contract. The Government may ask for the entomologist's observations and recommendations and require the submittal of a report. Consultation services shall be by or under the direct supervision of the Contractor's entomologist. Dog, Cat, and Rodent Control Services, and Insect Control Services: The work may include dog, cat, rodent, and insect control services. All work shall be completed in accordance with Federal, State, local, and installation laws and requirements. The NAICS Code for this procurement is 561710 and the annual size standard is $10,000,000. The contract term will be a base period of one year plus four option years. Only the base period of the contract will offer a minimum guarantee. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. Work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. The contract will replace a contract for similar services awarded in 2009 for $148,830 (maximum value per year). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.fbo.gov when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The solicitation will utilize source selection procedures which require offerors to submit a non-price and price proposal for evaluation by the Government. Interested sources capable of providing the required services must respond by e-mail to sandy.sekiguchi@navy.mil no later than February 14, 2014. Interested sources shall indicate that they are capable of providing the required services and must indicate their size status (i.e., small business, 8(a), HUBZone, service disabled veteran owned small business (SDVOSB), woman owned small business). No other information is required at this time. Based upon the responses received, the Government will determine the set-aside method for the procurement. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N62478-14-R-2427/listing.html)
 
Place of Performance
Address: Oahu, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN03277672-W 20140201/140130234710-35f893d62870f90651ddb4fb48dd395d (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.