Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOURCES SOUGHT

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

Notice Date
8/25/2008
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247808R2340
 
Response Due
9/4/2008
 
Archive Date
9/5/2008
 
Point of Contact
Shari Lillie808-471-1562
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for 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; 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 military facilities 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: The fumigation of buildings shall follow procedures and regulations in normal industry practices and manufacturers intructions. Colony Elimination System: The work includes installation of a complete termite colony elimination system or bait system to provide protection of structures from subterranean termite colony attack and subsequent damage. Bird Control Services: The Contractor shall provide all labor, equipment, and materials necessary to perform bird control services as defined in the task order. The work may be performed in and around high pedestrian traffic areas. 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 entomologists 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. Dog, Cat, and Rodent Control Services, and Insect Control Services: 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 $7 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. This contract will replace a contract for similar services awarded in 2003. 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 when it becomes available at https://www.neco.navy.mil/. No other notice of solicitation activity will be provided to interested offerors. 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. Indefinite Delivery Indefinite Quantity work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. Interested parties must submit the following information: (1) Full name and address of the firm and (2) A statement regarding your business size (e.g. 8(a), small business, large business, hubzone). Interested parties may submit their response to shari.lillie@navy.mil. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. Interested parties shall submit the requested information by 9/4/08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=68d65170276d70ae1fae1e6090d7bd41&tab=core&_cview=1)
 
Record
SN01649991-W 20080827/080825221548-68d65170276d70ae1fae1e6090d7bd41 (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.