Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
SOLICITATION NOTICE

S -- Pest Control Services at Various Locations, Oahu, Hawaii

Notice Date
3/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, ROICC Pearl Harbor, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-03-R-2225
 
Archive Date
7/3/2003
 
Point of Contact
Shari Lillie, Contracting Officer, Phone (808) 471-1562, Fax (808) 474-3387,
 
E-Mail Address
lilliesn@pwcpearl.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Pest Control Services at Various Locations, Oahu, Hawaii. The Contractor shall provide all the labor, transportation, equipment, materials, tools, supplies, supervision, and administration services needed to provide the pest control services at various locations, Oahu, Hawaii. Soil Treatment - Subterranean Termite Control: The work includes removing the existing finish flooring materials, drilling holes through existing concrete floor slab and perimeter trenching along exterior foundations; drilling holes in hollow block tile walls below grade; cutting kitchen disks and tub traps, treating ground area beneath concrete slabs and perimeter trenches with a soil termiticide, backfilling trench and patching concrete slabs and finish floor materials; and all other miscellaneous work required to facilitate and complete the soil treatment as listed on the task order. There are various types of housing and industrial structures that require different levels of effort to complete the soil treatment: slab on grade, reinforced concrete slabs, post-tensioned slabs, pier and grade beam foundation, and platform foundation. The Contractor shall be familiar with the work involved for each type of construction and be able to complete the treatment in accordance with the terms of this contract. Tent Fumigation ? Dry-wood Termite Control: The building to be fumigated shall be completely enclosed with a gas-impervious tarpaulin material, with all sheeting seams securely sealed, and the lower edges of the enveloping cover sealed to the ground or finish grade level in a trench, with moist soil or with sand or water "snakes". Specific Bird Control Services: The Contractor shall provide all labor, equipment, and materials necessary to deliver bird control services as defined in the task order and may be performed in and around high pedestrian traffic areas. The existing concrete and pavement at said areas might be insufficient to support any heavy equipment load associated with delivering bird control services, and is required to complete the task order with no damage to government property and facilities. Bird control services include: Providing administrative submittals; Removing bird roosting, nesting and debris for satisfactory installation of bird control devices (Initial Removal); Cleaning up fecal matter, egg shells, and debris (Clean-up Services); Eliminating bird mites; Providing quarterly inspections and remedial services. Consultation Services. The Government may order consultation services in the field of entomology for locations within the scope of this contract. The Government will ask for the entomologist?s observations and recommendations and require the submittal of a report. Consultation services shall be by or under the direct supervision of the Contractor's entomologist. As Contractor performs these services, implementation of long term bird deterrent measures and techniques will be applied to prevent birds from roosting and nesting in the future. Dog, Cat, and Rodent Control Services, and Insect Control Services Task Descriptions: The work to be accomplished within the scope and intent of this spec item is to provide dog, cat, rodent, and insect control services in accordance with Federal, State, local, and installation laws and requirements. The NAICS Code for this procurement is 561710 and the annual size standard is $6 million. The contract term will be a base period of one year plus four option years. Only the base period of the contract will offer a minimum guarantee. The total term of the contract, including all options, will not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. During the term of the contract, the Government may authorize customers to use purchase cards to order and pay for indefinite quantity work for task orders. This process will be implemented by a modification to the contract. Task orders and payments shall not exceed the limits specified by the modification. Upon issuance of the modification, the Contractor shall comply with the requirements. This contract will replace a contract for similar services awarded in 1998. We will include information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act for this information. Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available. All interested offerors shall register at the website to ensure that they are notified of updates or amendments to the solicitation as they occur. No other notice of solicitation activity will be provided to interested offerors. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. This solicitation utilizes source selection procedures which require offerors to submit a technical, past performance and experience information, and price proposal for evaluation by the Government. Bid Proposal receipt date is approximate.
 
Place of Performance
Address: Oahu, Hawaii
 
Record
SN00286432-W 20030326/030324213721 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.