Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOURCES SOUGHT

S -- Integrated Pest Management Services for NIH Animal Care Facilities

Notice Date
12/22/2005
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263-2006-P-(GI)-0004
 
Response Due
1/6/2006
 
Point of Contact
Terita Stevenson, Contract Specialist, Phone 301-402-3727, Fax 301-480-1203,
 
E-Mail Address
stevenst@od.nih.gov
 
Description
The National Institutes of Health (NIH), Office of Research Services (ORS), is conducting a market survey to determine the availability and potential technical capability of contractors to provide services for the development and implementation of a comprehensive Integrated Pest Management Program (IPMP). This requirement is for the development of a comprehensive Integrated Pest Management Program (IPMP) and the implementation of integrated pest management services that will meet AAALAC accreditation requirements. The IPMP must provide service to all NIH animal facilities. Technical expertise is an essential component of the IPMP, and is required to provide routine and emergency consultation with NIH personnel, to resolve pest management problems, and direct day-to-day pest management operations. The IPMP shall be proactive in design and performance. This is to minimize the need for a "crisis response" to pest outbreaks, and to maximize cooperation and program effectiveness. The IPMP is an integral part of the safety programs at the NIH and the Department of Health and Human Services. The IPMP must reflect an emphasis on the reduction and long term control of pests without jeopardizing research or compromising the health and safety of the patients, NIH personnel, or visitors, and research animals by unnecessarily exposing them to pesticides. Therefore, only the most current and effective pest management practices are to be utilized in the IPMP. Independently, and not as an agent of the Government, the contractor shall furnish all labor, materials, supplies, equipment, supervision, and transportation for the development and implementation of a comprehensive Integrated Pest Management Program for designated animal care facilities and associated support facilities of the National Institutes of Health. The contractor shall have an understanding of the concept of the Integrated Pest Management (IPM) method of pest control as it is applied in sensitive animal research environments. IPM is a process that encompasses making accurate decisions as to when pest control measures are needed, the type of control measure(s) to be used, and the method of application. Management practices in an IPM program are not based on the routine application of pesticides, but on thorough inspections, monitoring for pests, collecting and evaluating data, identifying sanitation deficiencies, modifying structures, and performing and documenting ongoing training for both the pest management contractor and NIH personnel. This shall include the collection and management of pest control data, generation of required reports, and distribution of those reports. The contractor shall have an understanding of the principles and practices of sanitation in sensitive animal research facilities and the effects of pests and pest management methods on the occupants. The contractor shall have a Pesticide Business License, from the Maryland Department of Agriculture in Category VII Industrial, Institutional, and Health Related Pest Control with Sub-categories - (A.) General; (B.) Termite; (C.) Bird; (D.) Rodent, and (E.) Industrial Weed. The contractor shall demonstrate any special qualifications and experience in conducting pest management programs in sensitive animal care facilities, Biological Safety Level 2 and 3 laboratories, and other similar facilities. The contractor shall be able to meet all current and future requirements of this contract regarding personnel, time commitments, and logistical and technical support and shall adhere to all applicable local, State, and Federal regulations. The Contractor will be required to provide an approach for the development of IPM programs, service schedules, pest management monitoring, surveying and quality assurance. The intended procurement will be classified under NAICS Code 561710 with a size standard of $6 Million. The period of performance shall be for one 12-month base year with four 12-month option periods from date of award. If your organization is potentially capable in performing these services, please provide the following information: 1) Organization name, address, email address, website address and telephone number as well as size and type of ownership for the organization (i.e., small business, small disadvantage business, 8(a), woman-owned, Historically Underutilized Business Zone (HUBZone), and Veteran and/or Service-disabled Veteran); 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; and 3) Number of facilities managed. Firms responding to this market survey should keep in mind that only focused pertinent information is requested. RESPONDING FIRMS SHOULD PROVIDE TWO COPIES OF THE CAPABILITY STATEMENT BY January 6, 2006 AT 2:00 PM LOCAL TIME and mail to Terita R. Stevenson, 6011 Executive Boulevard, Room 539-C, Bethesda, Maryland 20892-7663. (NOTE: If you are using a courier service, Federal Express, UPS, or Express Mail, the city, state, and zip code should read ROCKVILLE, MD 20852). This market survey is being conducted through Find Business Opportunities to reach the widest possible audience and to gather current market information. The Government has the right to set aside this procurement exclusively for 8(a) or small business participation as the result of this market survey. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database (Registration is available via the Internet at www.CCR.gov) prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. THERE IS NO SOLICITATION AT THIS TIME. All updates/amendments pertaining to this requirement will only be posted and made available for viewing and downloading on the Government Electronic Posting System (Fedbizopps) site at http://www.fbo.gov. It is the Offerors responsibility to review this site frequently for updates to any and all documents. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-FEB-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/OoA/263-2006-P-(GI)-0004/listing.html)
 
Place of Performance
Address: Bethesda/Rockville, Maryland and surrounding Washington Metropolitan Area
Zip Code: 20892
Country: USA
 
Record
SN00994810-F 20060226/060224214940 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.