COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1, 2000 PSA #2738
SOLICITATIONS
S -- TERMITE TREATMENT SERVICES
- Notice Date
- November 29, 2000
- Contracting Office
- Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- F09607-01-T0006
- Response Due
- December 9, 2000
- Point of Contact
- Curtis Reid, Contract Administrator, Phone 912-257-3546, Fax 912-2572738, Email curtis.reid@moody.af.mil -- Brian Mentel, Contract Specialist, Phone 912-257-2959, Fax 912-257-4032, Email
- E-Mail Address
- Curtis Reid (curtis.reid@moody.af.mil)
- Description
- 17. 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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is F09607-01-T0006 and is issued as a Request for Quotation This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 97-15, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 96-2. The solicitation is 100% small business set-aside. The North American Industry Classification System is 561710. The small business size is 5 million. The BID SCHEDULE shall be for line item 0001:Termite Treatment Services, GENERAL. The work to be accomplished under this Statement of Work (SOW) consists of all management and operations including supervision, personnel, tools, chemicals, transportation, permits, licenses, and equipment required for the performance of all termite control. Request nonpersonal services to tent fumigate/treat the sixplex located at 1623 Dewberry Court, Moody AFB for drywood termites. Contractor shall also notify personnel from 347th Civil Engineering Squadron a minimum of 10 days prior to starting in order to allow adequate time for relocation of occupants. Contractor shall provide all labor, tools, supervision, personnel, equipment, transportation, and chemicals (approved by EPA, Ga. Dept. of Agriculture and the Armed Forces Pest Management board) to perform this treatment. Treatment shall be in accordance all Federal and State laws. The applicator-dispersing chemical shall be certified by the Ga. Dept. of Agriculture in the appropriate category for treating termites (30-WOOD DESTROYING ORGANISIMS). Safety equipment shall be worn according to the pesticide label. Contractor shall provide the Quality Assurance Personnel (QAP) with a copy of the applicators certification, label and MSDS of pesticide used no later than 3 days before chemical is applied. The QAP shall be notified prior to any application of chemicals and documentation indicating the total amount of active ingredients used shall be submitted to the QAP upon completion of the work. Any damage to government property by the contractor shall be repaired at no expense to the government. LOCATION OF WORK. The work described within this SOW shall be performed at 1623 DEWBERRY CT. Moody Air Force Base Ga. 31699. . DELIVERY: Delivery is required by 15 Dec 00 and shall be delivered to Moody AFB, GA. FOB POINT: Destination. Wage Determination No: 94-2131 REV (17) Area: GA, Albany applies and can be found at www.dol.gov. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of proposals received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFEROR_S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND FAR 52.223-3, HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA, WITH THEIR OFFER. The listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. 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. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10), FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187), FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5, Insurance-Work on a Government Installation. 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (MAY 1996) (a) A pre-quotation conference will be conducted at the Moody AFB Youth Center on 5 Dec 00 at 9:00 a.m. for the purpose of answering questions regarding this solicitation. Personnel will then have access to one of the six residences located within the sixplex. (b) Submit the names of all attendees (not to exceed 3) to SSgt Curtis Reid at 912-257-4721 or SSgt Brian Mentel at 912-257-2959 prior to 4:00 p.m. on 4 Dec 00. This information must be provided in advance. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 4:00 p.m. on 4 Dec 00. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers.The following FAR Clauses apply if marked /X/: / / FAR 52.214-21, Descriptive Literature, /X/ FAR 52.219-6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations System (DPAS) rating is S10. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 09 Dec 00. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: MSGT RANDALL JEWETT. The point of contact for this solicitation is SSgt Curtis Reid, 229-257-4721, 229-257-4032 (fax).
- Web Link
- Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F09607-01-T0006&L=883)
- Record
- Loren Data Corp. 20001201/SSOL008.HTM (D-334 SN5076Q8)
| S - Utilities and Housekeeping Services Index
|
Issue Index |
Created on November 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|