SOLICITATION NOTICE
68 -- Pest Control Services-Tucson Border Patrol - (Draft)
- Notice Date
- 3/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- 20081100
- Archive Date
- 4/10/2015
- Point of Contact
- Tammie Crow, Phone: 520407-2806
- E-Mail Address
-
tammie.crow@cbp.dhs.gov
(tammie.crow@cbp.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Form Unscheduled Hourly Rate Price Sheet Location Price Sheet Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 20081100 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 561710 - Exterminating and Pest Control Services with a Small Business Size Standard of $11.0M. This is a total Small Business Set-Aside Competition and only qualified offerors may submit quotes. The U.S. Customs and Border Protection (CBP), Office of Border Patrol (OBP), Tucson Sector (TCA) is in need of pest control services that will most effectively support the mission in accordance with the attached Statement of Work (SOW). CBP requires Integrated Pest Management (IPM) services to prevent and control a wide variety of arthropod and vertebrate pests including but not limited to cockroaches, termites, ants, fleas, stored product pests, mosquitoes, mice, rats, bats, bees, and wasps at all U.S. Border Patrol Tucson Sector locations identified in the SOW. The scope of this contract is to establish an environmentally sound and effective IPM program to prevent general arthropod and vertebrate pests and disease vectors from adversely affecting U.S. Border Patrol installation operations. CBP intends to establish a single award contract to fulfill this requirement; however, the Government reserves the right to not award any contract. The resultant award will be for one (1) base year and four (4) option years to begin April 1, 2015. The Government anticipates award of a purchase order within seven (7) days of receipt of quotes. A single-award contract will be made to the offeror that provides the Lowest Priced Technically Acceptable (LPTA) quote. The Government reserves the right to award without Discussions. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must complete the listed representations and certifications in the SAM website at https://www.sam.gov/. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-5, 52.209-6, 52.209-9, 52.209-10, 52.214-34, 52.214-35, 52.217-8, 52.217-9, 52.219-1, 52.219-13, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 552.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-54, 52.222-55, 52.223-18, 52.225-13, 52.225-25, 52.232-1, 52.232-33, 52.232-36, 52.232-39, 52.333-3, 52.233-4. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far. 52.216-1 Type of Contract The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation. Attachments Statement of Work (SOW) Location Price Sheet Unscheduled Hourly Rate Price Sheet Past Performance Form Evaluation Criteria A single-award contract will be made to a responsive offeror, whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). Price: Lowest price shall be determined by adding the price per location per year, in the attached Location Price Sheet, for all five (5) years proposed by the offeror. The 'Grand Total All 5 Years' will used to rank the lowest price. The Unscheduled Hourly Rate Price Sheet will not be used to determine lowest price but used for contract pricing. Unscheduled callouts are rate and hourly rate will not be used as a factor to determine lowest price. Technical: To determine technical acceptability, the offeror must be able to provide the services at ALL locations required per the attached SOW by April 1, 2015. Past performance: Past performance will be used to determine risk to the Government. The Government may obtain past performance information from other than the sources identified by the offeror. The Government reserves the right to award without Discussions. Proposal Instructions Offerors must complete the Location Price Sheet.xls, Unscheduled Hourly Rate Price Sheet and Past Performance References.docx attachments to be considered for award. The Location Price Sheet requires the offeror to provide a price per location per year. Prices quoted must reflect the total price (including any taxes and/or fees) to the Government. The Unscheduled Hourly Rate Price Sheet requires the offeror to provide an hourly call out rate per location per year. Prices quoted must reflect the total price (including any taxes and/or fees) to the Government. This sheet will not be used to determine lowest price. This sheet will be used for pricing upon contract award only as unscheduled callouts are rare. The Past Performance Information requires the offeror to provide past performance references. Offerors shall provide not more than two (2) references where the offeror has performed similar requirements in the past three (3) years. Question Submissions All questions in response to this solicitation must be submitted electronically (via email) to Tammie Crow at tammie.crow@cbp.dhs.gov no later than March 23, 2015 at 12:00pm Eastern Time. This will enable CBP to post the questions and answers in a timely manner to FEDBIZOPPS and allow offerors to complete their quotes. Questions not received by March 23, 2015 at 12:00pm Eastern Time will not be considered. Proposal Submissions T he quotes in response to this solicitation must be submitted no later than March 26, 2015 at 11:00am Eastern Time. Any quotes received after March 26, 2015 at 11:00am Eastern Time will not be considered. All quotes shall be sent electronically to Tammie Crow at tammie.crow@cbp.dhs.gov. All attachments shall be in Microsoft Word, Microsoft Excel or PDF format. The email subject line shall include the Solicitation number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20081100/listing.html)
- Place of Performance
- Address: Southwestern Arizona, United States
- Record
- SN03672623-W 20150321/150319234717-fdd3d9416e04840cc67c29dceed67bd5 (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 |