Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1996 PSA#1664

325 Contracting Squadron, 501 Illinois Ave., Ste., 5, Tyndall AFB, FL 32403-5526

Z -- TERMITE TREATMENT AND CONTROL SOL F08637-96-T7930. Due 091096. Contact Toni Claar, Contract Specialist, 904-283-8627; or Karen Ziemba, Contracting Officer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a formal solicitation will not be issued. This project, solicitation 96T7930, is to be issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular 90-32. This is a total small business set-aside. The Standard Industrial Classification (SIC) code is 7342 less than $3.5 million. Offerors are to bid on the following eight (8) line items as a whole, no partial bids will be accepted: CLIN 0001 - 5 each, 1308 square feet units. CLIN 0002 - 2 each, 1256 square feet units. CLIN 0003 - 5 each, 1618 square feet units. CLIN 0004 - 2 each, 580 square feet units. CLIN 0005 - 2 each, 2036 square feet units. CLIN 0006 - 1 each, 2440 square feet unit. CLIN 0007 - 4 each, 1015 square feet units. CLIN 0008 - 7 each, 1526 square feet units. Contractor shall furnish all labor, materials, tools, transportation, and equipment necessary to provide subterranean termite treatment and control for 28 Wood Manor MFH units, Tyndall AFB FL. Termite control work shall include all trenching, drilling and boring to apply soil treatment below slab-on-grade as shown in drawings, and soil treatment at exterior foundation perimeters. The foundation perimeter, construction and configuration shall be site inspected by the contractor. Contractor shall eradicate or exterminate all termites found during initial inspection before treatment. The contractor shall rod exterior only of all buildings as specified in contract. Since five year warranty is required, the contractor shall inspect entire building to ensure no pre-existing termite condition exists. The contractor shall have been engaged in the pest control business for at least five (5) years prior to start of this contract. Contractor shall provide full protection annually against termites for not less than five (5) consecutive years. Call back service, if required for effort control, shall be provided at no additional cost to the government. All pesticides shall be registered by the Environmental Protection Agency (EPA) and labeled for use against termites. Pesticides shall comply with all provisions of Title 40 Code Federal Regulations, Part 165; accepted pest control industry practices; all Federal, State and Local laws and regulations governing the performance of pest control work and the sue of pesticides. The contractor shall employ the use of water based, odorless pesticide, Dursban T.C., which shall be EPA approved for safe use in residences and harmless to pets, plants and flowers. Petroleum based pesticides shall not be permitted. Contractor shall submit for approval all chemicals and pesticides on AF Form 3000. Contractor will provide state license to Contracting Office on AF Form 3000 prior to projected start date. The plan shall provide for protection against new subterranean termite damage to the structure and contents. If new damage occurs during the contract term, the contractor shall, upon notification and inspection, arrange for the necessary repairs or replacement and pay entire cost of labor and material. Repairs for new damage shall be not more than the aggregate of $300,000. Contractor shall also furnish to the Government a graph, plat plan or floor plan of each building which shall indicate trenching, drilling and boring locations and also any current damage or termite activity. Contractor shall provide a five year written warranty on all units treated as specified in this contract. Pesticide application rates, pressure rod application method, dilution strengths, safety and environmental precautions shall comply with EPA approved label direction and restrictions. Details of application shall be in strict compliance with the pesticide manufacturer's printed instructions and as specified herein. Initial treatment shall be performed during the first 180 days after contract award. Treatment during warranty period, if necessary, shall be coordinated with the Contracting Officer or his authorized representative. Application shall include, but not limited to; trenching and treat; drill and treat block voids; rod and tread subslab. Pest control applicator personnel shall be state certified. The contractor shall submit two (2) copies of Attachment 1 upon completion of each unit within five working days to the contracting officer. Subterranean treatment shall be applied only when the soil will retain the toxicant. No exterior pesticide applications shall be made during or immediately after heavy rains, or if heavy rains are imminent, or in standing water or water logged soils. All work shall be scheduled and coordinated with the Contracting Officer and project inspector. The attached floor plans are furnished to show the various slab and foundation perimeter configurations. Contractor shall perform all work during the hours of 7:30 am and 3:30 pm, Monday through Friday except Federal holidays. Contractor shall inform occupants of scheduled work by letter, at least 7 days in advance and again 24 hours in advance. All schedule letters shall be approved by the Contracting Officer; and shall be submitted on an AF Form 3000. Contractor shall at all times keep the work areas free from accumulation of pesticide bottles, cans or container and shall properly dispose of, off base, such items upon completion of work. The provision at FAR 52.212-1, ``Instruction to Offers - Commercial'' applies to this service. The government intends to evaluate offers and to award a contract without discussions. Therefore, qualified contractors should submit a quotation with the best possible price. The government reserves the right to conduct discussions if later deemed necessary by the Contracting Officer. The government may reject any or all offers if such action is in the public interest. The provision at 52.212-1 ``Instruction to Offerors-Commercial'' applies to this acquisition. Provisions at 52.212-2, ``Evaluation-Commercial'' applies to this order. The government intends to award a contract from this solicitation to be lowest-priced, responsible offer, whose past performance is found to be acceptable, whose offer conforms to the solicitation to satisfy the governments needs, and whose offer will be most advantageous to the Government. Offerors are to include a complete copy of the provision at 52.212-3 ``Representations and Certifications-Commercial Items'' with the offer. The clause at 52.512-5, ``Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Item'' applies to this acquisition (including 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, employment Reports on Special Disabled and Vietnam Era Veterans; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, ``Statement of Equivalent Rates for Federal Hires'' In compliance with the Service Contract Act of 1965, as amended, and the regulations of the secretary of labor (29 CFR part 4) this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5314 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee class: WG-10 Monetary wage/fringe benefits: $14.12. Employee class: WG-8, Monetary wage/fringe benefits: $10.47. Employee class: WG-6 Monetary wage/fringe benefits: $11.28. The clause at 52.219-6, Notice of Total Small Business Set-aside applies to this solicitation. Department of Labor wage determinations, and Representations and Certifications will be made available upon request but will be necessary in order to qualify. Quotes shall sent to the 325 contracting Squadron address above no later than 10 Sept 96. Attn: toni Claar, (904) 283-8627. (232)

Loren Data Corp. http://www.ld.com (SYN# 0191 19960821\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page