|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1996 PSA#1664325 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
|
|