Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

S -- Prairie Dog Removal Services

Notice Date
1/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-10-JA-P-0017
 
Archive Date
2/6/2010
 
Point of Contact
Rhonda R. Nelson, Phone: 303-236-8000 x4886
 
E-Mail Address
Rhonda.Nelson@gsa.gov
(Rhonda.Nelson@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - COMBINED SYNOPSIS/SOLICITATION Prairie Dog Removal - Denver Federal Center, Lakewood, Colorado (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposals (RFP). Submit written proposals on RFP Number GS-08P-10-JA-P-0017. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 25-37 and GSAR Change 40 including ORCA. (IV) This solicitation is being issued as a Total Small Business Set-Aside. This procurement is unrestricted and open to all small business sources. The associated NAICS code is 561710 - Exterminating and Pest Control Services. The small business size standard is 7 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial items: CLIN 0001: RECOVERY: The contractor shall remove all prairie dogs located within the "RECOVERY" section of Land Area 6 (approximately 15.5 acres) located on the Denver Federal Center, Lakewood, Colorado. Prairie dogs under this CLIN are a priority and shall be removed first. CLIN 0002: (NON RECOVERY) The contractor shall remove all prairie dogs located within the "BA61" section of Land Area 6 (approximately 46.5 acres) located on the Denver Federal Center, Lakewood, Colorado. (VI) Description of requirements is as follows: The contractor shall relocate all prairie dogs from the Denver Federal Center, Land Area 6 at locations east and west of the agricultural ditch. This area is approximately 62 acres and currently contains approximately 500 prairie dogs The contractor shall live trap and promptly euthanize captured prairie dogs the same day, on-site. The contractor shall attempt to euthanize one hundred percent (100%) of the prairie dogs using CO2. Since it is unlikely that one hundred percent of all prairie dogs will be trapped, the contractor is allowed a contingency to fumigate up to a five percent (5%) of the prairie dogs. Therefore, at least ninety five (95%) of all prairie dogs shall be euthanized with CO2, however, the contractor shall make every reasonable effort to reach one hundred percent (100%) CO2 euthanization. The contractor shall dedicate approximately three hundred (300) traps to this project. The contractor shall not use a vacuum, flushing, or foaming to extract any prairie dogs from burrows, to avoid the risk of internal damage, drowning, hypothermia, etc. All prairie dogs euthanized with CO2 shall be transported off-site to either the Rocky Mountain Raptor Program (RMRP) located in Fort Collins, CO, or the Birds of Prey Foundation (BPF) located in Broomfield, CO to be used as food for captive raptors being rehabilitated. There shall be no transport of live prairie dogs off of the Denver Federal Center. NOTE: This requirement will require the contractor to store prairie dogs in a freezer and deliver the prairie dogs to the above programs on an as needed basis. The contractor shall provide a final, report certifying the final number of euthanized prairie dogs under this project. The contractor shall provide the Contracting Officer a copy of the "Dead Prairie Dog Transportation Report" as submitted to the Colorado Division of Wildlife. This report shall also be signed by the Rocky Mountain Raptor Program (RMRP) or the Broomfield Birds of Prey Foundation (BPF). This report shall be submitted to the Contracting Officer within 48 hours of delivery. A report documenting the number of euthanized prairie dogs shall be submitted to the Contracting Officer within 48 hours of contract completion. The contractor shall be responsible for obtaining all necessary local, state, and federal permits and licenses and payment of related fees. The contractor shall check traps as frequently as determined necessary, pursuant to Colorado and Federal laws. During these checks any trapped prairie dogs will be picked up and euthanized using CO2, any non-target wildlife shall be released. The contractor shall provide all traps, bait, and all euthanization equipment and materials. If the contractor is approached by any federal employee questioning the trapping activity, the contractor shall immediately call Mark Baca at 303-489-1725 and direct all inquiries to Mark Baca. The contractor may also contact Michael Golenda at 303-579-5680 if Mark is unavailable. (VII) Place of performance is the Land Area 6 located on the Denver Federal Center, 6 th and Kipling, Lakewood, Colorado. (VIII) All prairie dogs shall be removed from the specified location at a date not later than March 31, 2010. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUNE 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to submit references for three prairie dog removal projects similar in size and scope (62 acres and trapping of 500 prairie dogs). Additionally, contractors submitting an offer shall provide a letter from either the Rocky Mountain Raptor Program (RMRP) or the Birds of Prey Foundation (BPF) stating that they have successfully delivered uncontaminated prairie dogs suitable for bird food use. The pricing proposal shall include a signed Standard Form 1449 breaking out pricing for CLINS 0001 and 0002 as described under paragraph (V) above. (X) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: The Government will award a contract 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: 1) Letter of donation from either the Rocky Mountain Raptor Program or the Birds of Prey Foundation, 2) past performance and 3) price. In this solicitation, the letter of donation and past performance will be evaluated as GO/NO-GO factors. Contractors unable to provide a letter of donation and at least three references on similar size and scope projects will not meet the requirements for this project. An award will be made to the offeror meeting both GO/NO-GO factors at the lowest price. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2009), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (3), (4), (8i), (19), (20), (21), (22), (24), (32i), (34), and (39) The following clauses under subparagraph (c) apply: (1), (3), and (4) (XIV) The following additional terms and conditions apply: Payment shall be made upon Government acceptance of services. A ten percent contingency will be withheld until all frozen prairie dogs have been delivered to a raptor program and the final Dead Prairie Dog Transportation Report had been delivered to the Contracting Officer. Clauses 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR2009) and, 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements (MAR 2009) apply to CLIN 0001. The contractor shall be required to comply will all GSA and Department of Homeland Security Clearance Requirements in order to obtain clearance to the Denver Federal Center campus. (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 4:00 P.M. Mountain Time on February 5, 2010. All quotes must be emailed to the attention of Rhonda Nelson. The email address is Rhonda.Nelson@gsa.gov (XII) Any questions regarding this solicitation should be directed to Rhonda Nelson at 303-236-8000 extension 4886 or Rhonda.Nelson@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/GS-08P-10-JA-P-0017/listing.html)
 
Place of Performance
Address: Denver Federal Center, 6th and Kipling, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN02049292-W 20100127/100125234923-51ac52d0248e461b11de4c3875d0e063 (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.