Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2024 SAM #8233
SOLICITATION NOTICE

S -- Base and Golf Course Pest Control Services

Notice Date
6/10/2024 11:03:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930124R0007
 
Response Due
7/15/2024 4:00:00 PM
 
Archive Date
08/15/2024
 
Point of Contact
LISA DAVIS, Phone: 6612752498, Eric Romero, Phone: 6612779618
 
E-Mail Address
lisa.davis.6@us.af.mil, eric.romero.11@us.af.mil
(lisa.davis.6@us.af.mil, eric.romero.11@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation: FA9301-24-R-0007 *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ) until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for quotes are being requested. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: FA930124R0007. This solicitation is issued as a Request for Quote (RFQ) to offerors. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-03, effective 23 Feb 2024; DPN 20240326, effective 26 Mar 2024; and DAFAC 2023-0707, effective 7 Jul 2023. (iv) This is a 100% Small Business Set aside. The North American Industry Classification System (NAICS) code for this project is 561710 with a size standard of $17,500,000. (v) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The solicitation and requirement are for an Indefinite Delivery, Indefinite Quantity (IDIQ) with Task Orders: ����������� CLIN X001 - Monthly scheduled Food Facility Inspections (Edwards AFB & AFRL) ����������� CLIN X002 - Service Calls in commercial Facilities (Edwards AFB & AFRL) ����������� CLIN X003 - Pest Control Athletic Fields, Parks (Edwards AFB & AFRL) ����������� CLIN X004 - Mosquito Larvae Control (Edwards AFB & AFRL) ����������� CLIN X005 - Emergency Pest Control Service (Edwards AFB & AFRL) ����������� CLIN X006 - Pest Control Clean-Up Service (Edwards AFB & AFRL) ����������� CLIN X007 - West Nile Bird Sampling (Edwards AFB & AFRL) ����������� CLIN X008 - Apply Fung to Green/Collars - Preventative (Murdoc Golf Course) ����������� CLIN X009 - Apply Fung to Green/Collars - Curative (Murdoc Golf Course) ����������� CLIN X010 - Apply Insecticidde to Green/Collars (Murdoc Golf Course) ����������� CLIN X011 - Apply Lontrel Herbicide to Green/Collars (Murdoc Golf Course) ����������� CLIN X012 - Apply Proxy Growth Regulator (Murdoc Golf Course) ����������� CLIN X013 - Apply Primo Growth Regulator (Murdoc Golf Course) ����������� CLIN X014 - Apply Pre-emergent and Non-selective (Murdoc Golf Course) ����������� CLIN X015 - Apply Selective Herbicide to Fairways (Murdoc Golf Course) ����������� CLIN X016 - Apply Rodeo to Control CatTails (Murdoc Golf Course) ����������� CLIN X017 - Over and Above (Edwards AFB, AFRL and Murdoc Golf Course) ����������� CLIN X018 - Service Calls in Commercial (AF Plant 42) ����������� CLIN X019 - Pest Control Service for Athletic Fields, Parks and Common Areas (AF ����������������������������������������� Plant 42) ����������� CLIN X020 - Emergency Pest Control Service (AF Plant 42) ����������� CLIN X021 - Pest Control Clean-Up Service (AF Plant 42) ����������� CLIN X022 - Over and Above (AF Plant 42) (vi) Contract Type: The anticipated contract type is Indefinite Delivery Indefinite Quantity (IDIQ), with Task Orders. The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation in accordance with FAR 52.216-27. (vii) Description of requirement: IDIQ for the acquisition of Base and Golf Course Pest Control Services at Edwards AFB (EAFB), Air Force Research Laboratory (AFRL), Murdoc Golf Course, and AF Plant 42. The 412th Civil Engineering Squadron (CES) is requesting a service for Base and Golf Course Pest Control. The contractor shall provide all management, personnel, tools, vehicles, supplies, materials, equipment, and labor necessary to meeting the requirements of the Performance Work Statement located at Edwards Air Force Base (EAFB), Air Force Research Laboratory (AFRL), Murdoc Golf Course, and Air Force Plant 42 (Palmdale, CA). All work shall conform with the manuals, all federal, state, local laws and regulations, commercial standards, Air Force Occupational Safety and Health (AFVA 91-209), The USAF Mishap Prevention Program (DAFI 91-202) and Occupational Safety and Health Administration (OSHA) requirements for Base and Golf Course Pest Control. Work shall be performed in accordance with the terms and conditions of the Performance Work Statements (PWS). For additional details please see the provided PWSs Attachment 1 and Attachment 2 (viii) Location of requirement: Edwards AFB, CA 93524 and AF Plant 42, Palmdale CA 93550 (ix) Period of Performance: 5 years (x)� A Site visit will be held on Tuesday, 18 Jun 2024 at 10:00am (PST) in building 2800 at Edwards Air Force Base.� Reminder: ALL visitors (maximum of two per company) who wish to attend the site visit must register via email to lisa.davis.6@us.af.mil by 12:00pm (PST) on Thursday, 13 Jun 2024 (see below for required registration information). Individuals who submit late registration information or fail to register will not be allowed to attend the site visit. Keep in mind that attending the site visit is NOT mandatory. Questions may be submitted via email before and after the site visit until the deadline of 12:00pm (PST) on Friday, 21 Jun 2024. Answers to all question asked and any information provided at the site visit including a list of the site visit attendees will be posted to www.SAM.gov by Tuesday, 2 Jul 2024. In addition to submitting the names of the site visit visitors, each visitor must also submit the following information in order to be granted base access: - Driver�s License Number - Country and State Driver�s License was issued - Individual�s Date of Birth - Place of Birth - US Citizen Status - Last 4 of SSN ����������������������� ����������� Note: Also ensure you have current vehicle registration and proof of insurance. (xi) The provision at 52.212-1 ""Instructions to Offerors -- Commercial"" applies to this acquisition. Offers are due by 15 Jul 2024 at 4:00 PM Pacific Standard Time (PST) via electronic mail to Lisa Davis at lisa.davis.6@us.af.mil and Eric Romero at eric.romero.11@us.af.mil. ADDENDUM to 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2023) Quote Submission: � � �1.��PART I - PRICE QUOTE�- Submit electronically the following virus free electronic copy in .pdf or Microsoft Word or Excel 2016 or earlier to lisa.davis.6@us.af.mil and eric.romero.11@us.af.mil. � � � � � a.� SF 1449 Blocks 12, Discount Terms; 17a, Contractor Name, Address, Cage Code, Telephone No., Fax No.; 30a, Signature of Offeror/Contractor; 30b., Name and Title of Signer; 30c, Date Signed, and applicable Reps and Certs.� In doing so, the offeror accedes to the contract terms and conditions as written in the RFQ. � � � � � b.� Attachment 4, Price Exhibit.� Pricing should be completed by utilizing the Pricing Exhibit and the SF 1449.� Insert units' price in the Price Exhibit, and the AF Form 1449.�� CLINs X017 and X022 are no bid line items.� The Government will insert the same dollar amounts into these CLINs for all quotes prior to evaluation. FAR Clause 52.222-41 Service Contract Labor Standards is applicable.� Wage Determinations for Kern County (Attachment 3) and LA County (Attachment 4) shall be used for quote preparation. 2.��PART II - TECHNICAL CAPABILITIES�- Submit Electronically the following virus free electronic copy in .pdf or Microsoft Word or Excel 2013 format or earlier to lisa.davis.6@us.af.mil and eric.romero.11@us.af.mil: ���� a.� This Technical Capabilities Statement shall reflect how the offeror meets the following factor:� Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met:�Supply copies of current relevant State of California Applicator Certifications to meet the requirements of this RFQ as specified in the PWS. An offeror will be deemed Unacceptable if current certifications are not provided as specified herein. � � 3.��PART III - PAST PERFORMANCE�- Submit electronically the following virus free electronic copy on .pdf or Microsoft Word or Excel 2016 format or earlier to lisa.davis.6@us.af.mil: � � �a.� Attachment 6, Past Performance Questionnaires.� The offeror shall send out and track the completion of the Past Performance Questionnaires for a maximum of five recent and relevant contracts.� The responsibility to timely send out and track the completion of the Past Performance Questionnaire rests solely with the offeror.� The offeror shall exert its best efforts to ensure the points of contact submit completed Past Performance Questionnaires directly to the Contract Specialist as specified on the first page of the Past Performance Questionnaire�by the closing date�of the solicitation. � � �b.� Attachment 7, Use the Subcontractor Consent Form, if applicable, submit for any Past Performance information pertaining to a subcontractor as their information cannot be disclosed to the prime offeror without the subcontractor's consent. (END OF PROVISION) (xii) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": 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. The following factor shall be used to evaluate offers: Price, Technical Capability and Past Performance. (End of Addendum) As prescribed in 12.301(c), the Contracting Officer inserts as follows: Evaluation-Commercial Products and Commercial Services, this is a competitive, best value source selection using a Performance Price Tradeoff (PPT) source selection process. 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: 1. Price, 2. Technical Capability (rated acceptable/unacceptable), and 3. Past Performance.� The Past Performance Factor is equal to the Price Factor.� The Technical Factor is not weighted against the other factors, rather if a quote were found technically acceptable the tradeoff is then strictly between price and past performance. If the lowest priced offer is judged to have a �Substantial Confidence� performance confidence assessment, and receives an Acceptable rating on the technical evaluation, 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. If the lowest priced offeror is not judged to have a �Substantial Confidence� performance confidence assessment, or receives an Unacceptable rating on the technical evaluation, the next lowest priced offeror will be evaluated and the process will continue (in order by TEP) until an offeror is judged to have a �Substantial Confidence� performance confidence assessment, or until all offerors are evaluated in which case the Source Selection Authority (SSA) shall then make an integrated assessment best value award decision to award to an offeror with other than a �Substantial Confidence� performance confidence assessment or not award at all. (xiii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the quote. Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause. (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Quote Submission Information: All questions or comments must be sent to Lisa Davis at lisa.davis.6@us.af.mil and Eric Romero at eric.romero.11@us.af.mil no later than Friday, 21 Jun 2024 12:00 AM PST.� Offers and Quotes are due no later than Mon, 15 Jul 2024, 4:00 PM PST. Attachments Performance Work Statement (PWS) Base Pest Control FA9301-24-R-0007 Performance Work Statement (PWS) Golf Course Pest Control FA9301-24-R-0007 SCA Wage Determination (Kern County) 2015-5603, 19April2024 SCA Wage Determination (Los Angeles) 2015-5613, 2May2024 Pricing Exhibit Base and Golf Course Pest Control PPQ Subcontractor Consent (Base and Golf Course Pest Control) Site Visit Instructions Solicitation / Model Contract
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a947de8438d14ee8b404ddb27b89bef4/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07091656-F 20240612/240610230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.