Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

F -- NIST Wildlife Management Geese Contract

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NB193000-8-00019mac
 
Response Due
9/9/2007
 
Archive Date
9/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation Number NB193000-8-00019mac is issued as a request for quotation. This solicitation is set aside exclusively for small business concerns. The North American Industry Classification Code (NAICS) is 813312. The NIST has a requirement for wildlife management for Canadian Geese. The following is the Performance Work Statement: Background :The National Institute of Standards and Technology (NIST) have a continued need for wildlife management services of Geese. In the past five years NIST has contracted for services to help deter the Canadian Geese from the 570-acre property located at 100 Bureau Drive, Gaithersburg, Md. This action to the date has drastically reduced the Geese population as with all other measures we have taken such as habitat modification & egg addling; however, if these control measures are not kept in place the Geese population will again result in littered walkways, a perceived or actual physical threat to employees, and destruction to property?s ecosystem. Statement of Objectives: The objective to this acquisition is to continue relocate geese in order to minimize contamination and debris as well as interaction with people around all buildings, walkways and parking lots. Specifically, the contractor shall provide the services as needed for the following tasks: 1) Identify all of the geese attractions in the immediate area and eliminate or limit these attractions, 2) Noise harassment shall be provided to effect their movement, 3) Scare tape shall be used which is a thin sheet of shiny Mylar, about ? inch wide. General Notes: The NIST COTR will provide to the contractor with information concerning on-site projects or activities that may affect or constrain the contractors activities (i.e., employee activities held in the vicinity of the ponds such as annual employee picnics, any activities in the inter courtyard of the administration Bldg.) The performance of this contract is contingent upon obtaining issuance and/or renewal of any and all permits required for the services provided. Security: The Contractor(s) shall be permitted unrestricted access to the NIST grounds and parking areas on normal Federal workdays from 6:00 am to 5:30 pm unless the contractor has obtained a 24 hour pass from NIST prior to the start date and /or has been approved through security for an out of hours pass. 1. Non U.S. citizens to be employed under this contract must: a) Have official legal status in the U.S., b) have continuously resided in the United States for the last five years. 2. Prior to the employment of any foreign national at the contract work site, the Contractor must have such employees approved by the Servicing Security Office in consultation with the Department?s Office of Security in accordance with the National Security Threat List. The name, country of citizenship, and employer for each Contractor and subcontractor?s employee (visitor) working on the NIST site shall be submitted to the COTR for review three days prior to the work date. Administrative Requirements : Contractor shall provide the COTR with a tentative monthly activity schedule needed of on site performance prior to the first of each month. Schedule must include dates and times anticipated that services would be provided. Operational Constraints: Contract activities are restricted to only the Geese. Other wildlife on the site include deer, fox, ground hogs, raccoons, and various other birds. No animals are to be harmed. If further information is required about the facilities, please refer to the NIST website, www.nist.gov . Period of Performance: A one year base period and three(3) one year option periods. Deliverables: (c) Monthly reports: The monthly reports shall include the details of the effort, including hours spent in each activity. This report will include but not be limited to reports on any of the related activities pertaining to this contract detailing accomplishments during the specified time period. COTR: The Contracting Officer?s Technical Representative (COTR) is : to be determined, National Institute of Standards and Technology. Place of Performance: NIST 100 Bureau Drive, Gaithersburg, Maryland 20899-1640. Price Quote ? The contractor shall submit the best potential fixed monthly price to provide the services of the PWS. The resulting purchase order shall be negotiated on a fixed price basis. The award shall be made on a best value basis. The best value evaluation factors while relatively equal are listed in order of importance, include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-16. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52,212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data ? General; 52.217-9 Option to Extend the Term of the Contract and other appropriate clauses as needed. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the above Performance Work Statement ?NIST Wildlife Management Geese Contract, dated August 30, 2007? and provide a written response and an electronic response to be received no later than September 10, 2007 addressed to Mario Checchia, Contract Specialist, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640Gaithersburg, Maryland 20899-1640, mario.checchia@nist.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to twenty(20) single sided pages. Submit quotes arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance for relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required technical consulting services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST's receipt of quote.
 
Record
SN01391927-W 20070902/070831220458 (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  © 1994-2020, Loren Data Corp.