Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
SOURCES SOUGHT

S -- Pest Control Services

Notice Date
10/22/2019
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, FEAD Crane, 300 Highway 361, NSA Bldg 2516, Crane, Indiana, 47522, United States
 
ZIP Code
47522
 
Solicitation Number
N4008520R1200
 
Archive Date
11/15/2019
 
Point of Contact
ANNETTE TAYLOR, Phone: 8128542673, Carrie Grimard, Phone: 812-854-6641
 
E-Mail Address
annette.taylor1@navy.mil, carrie.grimard@navy.mil
(annette.taylor1@navy.mil, carrie.grimard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008520R1200; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with recurring and non-recurring work requirements for pest control services at the Naval Support Activity, Crane, Indiana and Glendora Test Facility, Sullivan, Indiana. The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform integrated pest management techniques to prevent and control unwanted arthropod and vertebrate pests, including but not limited to cockroaches, termites, ants, fleas, silverfish, stored product pests, mosquitoes, mice, rates, bats, feral dogs/cats, and other vertebrates, bees, wasps, pigeons, and nuisance birds, turf, ornamental and other miscellaneous pest control services. The solicitation contains provisions for a 12 month base period, plus four 12 month option periods to be exercised at the discretion of the Government. The term of the contract shall not exceed 60 months or the total value of the contract, whichever comes first. Applicable NAICS Code for this solicitation is 561710 Exterminating and Pest Control Services. The Small Business Size Standard is $12,000,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman-Owned Smaall Business (WOSB) concerns, or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, WOSB, or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HUBZone concerns, WOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region "V" contractor, HUBZone concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc. Anticipate the solicitation will be released on or about 26 November 2019 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor1@navy.mil. Responses may be submitted under Solicitation Number N4008520R1200 via e-mail to: annette.taylor1@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 p.m. (EDT) on 31 October 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4691f4cf9dfd4d22916ce399eb6dd9e7)
 
Place of Performance
Address: 300 HIGHWAY 361 B-2516, CRANE, Indiana, 47522, United States
Zip Code: 47522
 
Record
SN05480275-W 20191024/191022230704-4691f4cf9dfd4d22916ce399eb6dd9e7 (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.