Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
SOLICITATION NOTICE

S -- Pest Control Services - Scope of Work - W-9 - Vendor Questionnaire

Notice Date
5/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Labor, Employment Training Administration, Treasure Island Job Corps, 655 H Avenue, Bldg 442, San Francisco, California, 94130
 
ZIP Code
94130
 
Solicitation Number
TI-SOW-14a-004
 
Archive Date
6/21/2014
 
Point of Contact
Tasheka Richards, Phone: 4153522474, Cathy Hoang, Phone: 415-277-2414
 
E-Mail Address
richards.tasheka@jobcorps.org, hoang.cathy@jobcorps.org
(richards.tasheka@jobcorps.org, hoang.cathy@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
Vendor questionnaire to be completed by bidders W-9 to be completed by bidders Scope of Work This is a Subcontracting Opportunity with Treasure Island Job Corps Center / Adams & Associates Inc. and not with the U.S. Department of Labor. SCOPE OF WORK ID #: TI-SOW-14a-004 Pest Control Services Adams and Associates, Inc., a Prime Contractor for the U.S. Department of Labor for the operation of the Treasure Island Job Corps Center - a student residential training facility located at 351 Avenue H San Francisco CA 94130, is interested in negotiating a Blanket Purchase Agreement (BPA) for the items listed in the attached Statement of Work (SOW). Bidders should note that this is an agreement with Adams and Associated, the Treasure Island Job Corps Center and is not an agreement with the U.S. Department of Labor. All quotes should be submitted in writing to the Purchasing Department by May 26, 2014 by 5 pm. Quotes received after the deadline and/or without all requested documentation will not be considered. Vendor is to return written bid on vendor letterhead. Vendor paperwork must include bid ID, all licenses for doing business in the State of California, all employee licenses required for performing work in the state of California, Certificate of Liability insurance and list of references if no past experience with Treasure Island Job Corp Center. Pricing is to be quoted for the time period of June 1, 2014 to November 30, 2014. Adams and Associates, Inc., reserves the right to reject any bids and select the bid deemed most responsible. All wages are to be paid per Service Contract Act for services over $2,500. Bids, vendor questionnaire, W9, Authority to Commit and all licensures needed to do business may be faxed, mailed or emailed. Mailing Address: Treasure Island Job Corps Center Attn: Tasheka Richards 351 Avenue H, Building 442 San Francisco, CA 94130 Site Visit: 06/05/2014 Proposal Due Date: 06/13/2014 Submission of Proposals: Treasure Island Job Corps Center Attn: Tasheka Richards Email: richards.tasheka@jobcorps.org Fax: 415-705-1839 If your quote deviates from specifications in any way, such exceptions must be noted on bid sheet. If unable to quote please indicate 'No Bid' and return bid package to us. Bidders are placed on notice that this is a competitive bid process and cost is an important fact. Overall, low bid does not constitute bid award. Treasure Island Job Corps Center is a federally funded facility and entitled to GSA pricing. Payment terms are Net 30 days from date of invoice. All question regarding the Invitation to Bid and/or scope of work must be submitted in writing to: richards.tasheka@jobcorps.org. No phone calls will be accepted. SCOPE OF WORK ID TI-SOW-14a-004 I. Summary TIJCC is a federally-funded residential educational facility serving approximately 475 Bay Area youth. The facilities consist of a 5 story dormitory, a 2 story dormitory, 3 academic/vocational buildings, a gymnasium, an industrial kitchen, a culinary training kitchen areas, and several administrative and clerical buildings. TIJCC seeks a vendor to provide monthly pest control services as detailed below: II. Specific Requirements •· 24 hour, 7 day emergency services (response within 4 hours) •· Monthly inspections to determine which pest management measures are appropriate and required. •· Recommending environmental sanitation practices that restrict or eliminate food, water, and harborage for pests. •· Selecting and utilizing non-chemical control methods which eliminate, exclude, or repel pests. Examples of this include insect electrocution devices, traps, caulking, and air screens. •· Selecting and use of the environmentally sound pesticide(s) to affect control when chemical control methods are necessary. •· Maintaining control of general structural pests including bed bugs, cockroaches, ants, spiders, silverfish, mice, rats and using all required methods except fumigation. •· Separating an hourly charge for on-call service (response within 24 hours) for bed bug treatment-which will also include all subsequent follow up for verification of eradication. •· Conducting periodic termite inspections when warranted or requested. •· Maintaining 65 bait stations in locations on TIJCC property. The placement location of bait stations is at the contractor's discretion as dictated by greatest need. •· Performing all generally scheduled pest control tasks within 3 days, unless otherwise specified. •· Providing all relevant and current licenses and permits. •· Providing the TIJCC location start times with no charges for travel. •· Providing only one service person unless agreed upon previously. •· Ensuring all wages are subject to the Davis-Bacon Act requirements. •· Providing TIJCC with a signed work order listing both times and materials used. Extra Work All extra work will require specific authorization from TIJCC and will be done on a time and material basis at various hourly rates, depending on classification of work to be done. Bidder requirements Vendor shall hold all licenses necessary to do business in the state of California and provide copies of all licenses with the bid package. Vendor is to provide a signed work order with the billing invoice that includes the BPA number and shows the time and material used for each request. The successful vendor shall obtain and maintain during the period of performance the following types and level of insurance coverage and must provide the appropriate Certificate(s) of Insurance: •· Workman's Compensation, Must meet the State statutory limit requirement •· Comprehensive General Liability with a minimum of $1,000,000.00 per occurrence -must name Treasure Island Job Corps Center as an additional insured on the Certificate of Insurance •· Auto Liability - minimum of $1,000,000.00 combined single limit, must name Treasure Island Job Corps as an additional insured on the Certificate of Insurance •· Fire Legal Liability - minimum of $500,000.00 per occurrence •· The proposed shall cover any and all expenses not covered by said insurance including all deductibles. A Material Safety Data Sheet (MSDS) is required for all chemicals used on Center by the contractor. A list of all chemicals and the corresponding MSDS is to be furnished to Center Safety Officer Keven Tennyson at Tennyson.kevin@jobcorps.org.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/TreasureIsland/TI-SOW-14a-004/listing.html)
 
Place of Performance
Address: 351 Avenue H, San Francisco, California, 94130, United States
Zip Code: 94130
 
Record
SN03377312-W 20140530/140528234455-b514e9d3dd26f381cadd38fc4b21e536 (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.