Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2007 FBO #2202
MODIFICATION

Z -- Pest Control Services

Notice Date
12/5/2007
 
Notice Type
Modification
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223, UNITED STATES
 
ZIP Code
20223
 
Solicitation Number
132504
 
Response Due
12/11/2007
 
Archive Date
12/26/2007
 
Point of Contact
Charles James, Contract Specialist, Phone 202.406.6940, Fax 202.406.6801, - Patricia Kiely, Contracting Officer - Branch Chief, Phone 202-406-6940, Fax 202-406-6801
 
E-Mail Address
charles.james@usss.dhs.gov, patricia.kiely@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
**This Amendment is issued to replace the SOW in its entirety and extend the due date to Tuesday, December 11th for proposals. ** The SOW shall read as follows: Pest Control Service Background: The James J. Rowley Training Center (JJRTC) is a multi-building training facility operated by the United States Secret Service in Laurel, Maryland. There are approximately 500 acres on the campus housing 32 buildings, with a total square footage of 350,000. Five of the buildings are multi-story with an average square footage of 40,000 square ft. In addition, each of these five buildings have kitchens, dining areas, and/or break rooms used by both training staff and recruits. Training is conducted both inside and outside the campus buildings on a daily basis, year round. The facility acreage is comprised of both wooded areas, left in a natural state, and manicured lawns. The facility is populated by numerous species of wildlife to include but not be limited to: white tail deer, geese, fox as well as other species indigenous to the Maryland region. Due to the critical nature of the operations at the JJRTC facility, the Secret Service desires to control pests campus wide. The Secret Service wishes to engage the services of a contractor to evaluate, maintain, and inspect pests on the campus. 1.1. Scope of Work. The Contractor shall provide all necessary personnel, materials, equipment, labor, supervision and facilities, except as specified herein to be furnished by the Government, to provide pest control services at the James J. Rowley Training Facility, U.S. Secret Service, 9200 Powder Mill Road, Laurel MD, 20708. 1.2. Pest Control. The work of this contract shall meet accepted industry standards. The Contractor shall be licensed by the applicable State agency to provide pest control in the categories specified in this contract. All work shall be under the superintendence of a certified, responsible individual, and in accordance with Federal, State, local and installation laws and requirements. All pesticides shall be procured, processed, handled, and applied in strict accordance with the manufacturer?s label which shall be registered with the Environmental Protection Agency (EPA)and applicable state Lead Agency for enforcement of the Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA). 1.2.1 The Pest Control Functions shall include control of but not limited to birds, snakes, mice, ants, ticks, fleas, gnats, flies, chiggers, beetles, bees, termites, lady bugs, wasp, hornets and spiders as listed below: (a) Household Pest Control (b) Structural Pest Control (c) Stored Products Pest Control (d) Control of Pests of Medical Importance (e) Ornamental and Turf Pest Control (f) Miscellaneous Pest Control 1.3. Personnel: 1.3.1. The Contractor shall provide a sufficient number of certified, trained and competent personnel to accomplish the work of this contract. 1.3.2. Superintendence by Contractor. The Contractor shall give his personal superintendence to the work or have a competent foreman or superintendent on the work at all times during progress, with authority to act for him. The Contractor shall notify the Contracting Officer in writing of the name of this individual. 1.3.3. Work Schedule. The Contractor shall arrange his work so as not to cause interference with normal conduct of Government business. All work schedules shall be submitted to and be approved by the Contracting Officer. Within 10 days after receipt of notice of award, the Contractor shall submit an interim schedule for the first month. At the end of the first 30 days of service, the Contractor shall submit a finalized schedule of planned performance of work for the contract period. The schedule shall indicate the day or days? of the week that weekly or more frequent items will be accomplished at the locations indicated and the week of the month in which less than weekly frequencies will be accomplished. Whenever periodic services have been scheduled on the date a holiday occurs, then such services may be performed on the preceding or following work day. In no event shall the Contractor change the approved work schedule without the prior written consent of the Contracting Officer. 1.3.4. Check in and Locator. The Contractor superintendent shall check in each work day at the main gate, 9200 Powder Mill Road, Laurel, MD. At the time of check in, the superintendent shall indicate the work and sites of work for that date if different from the previously scheduled activities, and shall also indicate where he/she and each certified supervisor may be located at all times work is being performed. The superintendent shall check out at the completion of each day?s work. In addition, the Contractor shall maintain a local telephone at which he or his representative may be reached at night, week-ends and holidays. It is mandatory that the Contractor or his representative be available to the local telephone 24-hours per day, seven days per week, including holidays. The Contractor shall notify the Contracting Officer in writing of the mailing address and telephone number on contract start date and immediately thereafter in the event of change. In the event of an emergency call out, the Contractor or his designated Supervisor is required to respond with in 24 hours. 1.3.5. The Contractor shall submit to the Contracting Officer a roster of his employees who will be servicing the facility and shall include the following for each: Name, home address, citizenship status, social security number, date of birth, certification status, employment date, training. The Contractor shall be responsible for the maintenance of the roster?s current status. Contractor employees added to the roster after the initial roster was accepted by the Contracting Officer shall not be permitted to work on the installation until cleared by the Contracting Officer. 1.3.6. Identification of Contractor Employees. Contractor personnel must be recognizable as such while on the James J. Rowley Training Facility. All Contractor personnel must wear the James J. Rowley Training facility Contractor identification, issued at the main gate prior to entrance to the facility, at all times while on the facility. 1.4. Quality Control / Quality Assurance: 1.4.1. Pro-Performance Conference. Prior to commencing work, the Contractor shall meet with the Contracting Officer, or his designated representative, and the Installation?s certified applicator to discuss and develop mutual understandings relative to scheduling and administration of work. 1.5. Permits. The Contractor shall, without additional expense to the Government, obtain all appointments, licenses, and permits required for the prosecution of the work and for complying with all applicable federal, state, and local laws. Evidence of such permits and licenses shall be provided to the Contracting Officer before work commences. 1.6. Warranty of Services. The Contractor shall provide the Government with a written warranty, in acceptable form, for each building or building unit treated for subterranean termites, and good for a period of no less than five years, guaranteeing retreatment of any subsequent subterranean termite Infestation found within five years after the initial treatment. Any structural damage due to a termite infestation found within five years after the initial treatment shall be repaired at no additional cost to the Government. The warranty shall be covered by an insurance policy with an insurance company permitted to do business in the state. The contractor and the QAE shall inspect the premises and identify all termite damage prior to initial treatment so that subsequent damage can be verified. 1.7. Access to Buildings and Key Control. It shall be the Contractor?s responsibility, through the Contracting Officer, to obtain access to buildings and arrange for the buildings to be opened and closed. 1.7.1. Keys will not be issued to the Contractor however, arrangements will be made by the Contracting Officer allowing the Contractor access to all areas of the facility requiring treatment. 1.8. Safety Requirements. All work shall be conducted in a safe manner and shall comply with current industry requirements. 1.8.1. If the Contractor fails or refuses to promptly comply with safety requirements, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop order shall be made the subject of claim for extension of time or for excess costs or damages to the Contractor. 1.8.2. Damage Reports. In all instances where government property and/or equipment are damaged by Contractor?s employees, a full report of the fact and extent of such damage shall be submitted to the Contracting Officer within 24 hours of occurrence. 1.8.3. Accident Reporting. The Contractor shall comply with OSHA and other regulatory agency requirements for record keeping and reporting of all accidents resulting in death, trauma, occupational disease or environmental Insult. The Contractor shall notify the Contracting Officer of all pesticide related accidents within 24 hours. 1.8.4. Fire Prevention. The Contractor shall familiarize himself and require his employees to become familiar with the method of turning in a FIRE ALARM. The Contractor and his employees shall be cognizant of and observe all requirements for handling and storage of combustible supplies and materials, and daily disposal of combustible waste and trash. 1.9. Environmental Protection. The Contractor shall comply with all federal, state and local laws. In addition the contractor shall also: 1.9.1. Provide and enforce use of safety equipment and keep a spill kit available at all times in accordance with the Installation spill contingency plan. 1.9.2. Dispose of all pesticides, rinseates, and containers in accordance with the label or other regulatory requirements. Pesticides shall not be disposed of on the installation unless specifically allowed and at the site designated by the Contracting Officer. 1.10. Security Requirements. Contractor personnel proposed to work under this contract shall be U.S. Citizens. They shall be subject to and must successfully pass Police background investigations prior to being admitted to the James J. Rowley Training Center. Upon contract award, the contractor will be provided with SSF 3237, U.S. Secret Service contractor personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer?s Technical Representative. 1.11. The Contractor shall produce for the Contracting Officer the following reports and documents as required: annual site survey, monthly inspection and preventative maintenance reports. **All responsible Offerors shall submit quotes electronically to Charles W. James III at CHARLES.JAMES@USSS.DHS.GOV or via fax at (202) 406-6801, to be received no later than 12:00pm Tuesday, December 11, 2007. All questions regarding the synopsis shall also be submitted in writing and sent electronically to the above email address.** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USSS/PDDC20229/132504/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20223
Country: UNITED STATES
 
Record
SN01464712-F 20071207/071205233214 (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.