Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
MODIFICATION

S -- Pest Control Services at Activities New York at Ft. Wadsworth & Rosebank, Staten Island, NY, the Battery Park Building, Manhatten, NY, and ANT NY, Bayonne, NJ

Notice Date
6/5/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
DTCG84-03-Q-AA1044
 
Response Due
7/9/2003
 
Archive Date
8/9/2003
 
Point of Contact
Jackie Dickson, Contract Specialist, Phone 757-628-4130, Fax 757-628-4134,
 
E-Mail Address
jdickson@mlca.uscg.mil
 
Description
The U.S. Coast Guard, Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA is procuring PEST CONTROL SERVICES to be performed at the U.S. Coast Guard ACTIVITIES NEW YORK AT FT WADSWORTH AND ROSEBANK, STATEN ISLAND, NY, THE BATTERY PARK BUILDING, MANHATTEN, NY, AND ANT NEW YORK, BAYONNE, NJ. THIS SOLICITATION IS 100% SMALL BUSINESS SET-ASIDE. The contractor shall provide all necessary personnel, equipment, tools, materials, chemicals, supplies, transportation, management, supervision, and other items and services, necessary to control and prevent the infestation of, but not limited to the following pests: cockroaches, ants, termites, ticks, fleas, fire ants, bees, lice, mice, and rats at the Coast Guard Activities New York Ft Wadsworth & Rosebank, Staten Island, NY, the Battery Building, NY, and ANT NY, Bayonne, NJ. The contractor is expected to work from 8:00 AM to 8:00 PM Monday through Saturday. The contractor shall maintain proper permits, licenses and certifications. The solicitation will be issued in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5 -- Test Program for Certain Commercial Items. A firm-fixed price services type contract will be awarded. The Base Period of performance will be from 01 October 2003 through 30 September 2004 with four one-year option periods, if exercised by the Government, for total contract duration not to exceed 5 years/60 months. This requirement is set-aside 100% for Small Business Concerns only in accordance with FAR Subpart 19.5. The applicable NAICS code is 561710 with a size standard of $6 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA?s Small Business Size Regulations, http://www.sba.gov/regulations/121/. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. Any correspondence concerning this acquisition shall reference Request for Quotation (RFQ) Number DTCG84-03-Q-AA1044. The solicitation, and any subsequent amendments, will be available electronically on the MLCLANT Intranet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html on or about June 4, 2003 with a closing date for receipt of quotes by July 9, 2003. No paper copies of the solicitation and/or amendments will be distributed. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from that site. If you have any questions, you may contact Mr. Robert Rice at (757) 628-4117 or via e-mail at rjrice@mlca.uscg.mil. NOTE: THIS SOLICITATION IS 100% SMALL BUSINESS SET ASIDE. SEE NUMBERED NOTE 1.
 
Place of Performance
Address: US Coast Guard, Activities New York, 311 Battery Road, Staten Island, NY
Zip Code: 10305
Country: USA
 
Record
SN00340451-W 20030607/030605213030 (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.