Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

99 -- PEST CONTROL - SP4705-10-T-0007

Notice Date
3/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-10-T-0007
 
Archive Date
4/3/2010
 
Point of Contact
James A. Spell Jr,
 
E-Mail Address
james.spell@dla.mil
(james.spell@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PEST SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation (SP4705-10-T-0007) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-3, effective March 31, 2009. This acquisition is a 100% Small Business Set-Aside (Numbered Note 1 applies). The applicable North American Industry Classification Standard Code is 561710 and the small business size standard is $7,000,000.00. The award will be in accordance with FAR 6.1. The solicitation will result in a firm- fixed price contract with a base year and two (2) option years. Please submit all questions in writing to the Point of Contact by March 17, 2010. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The intention of this solicitation is to obtain pest control and interior pest management services at the Andrew T. McNamara Headquarters Complex (ATM) which includes DLA Headquarters Complex (HQC), Building 2462, the Child Development Center (CDC), Building 2468 and the Defense Threat Reduction Agency (DTRA Modular Structure), Building 2499 located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6220 by a firm fixed-price contract. The period of performance is a base year from April 1, 2010 through March 31, 2011 with four (4) sequential one (1) year options. The Contractor shall furnish all labor, management, supervision, tools, materials, equipment, transportation, and pest management services necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, 52.212-2 Evaluation- Commercial Items, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.233-1 Disputes (Jul 2002) 52.215-5, Facsimile Proposals (Oct 1997). All offerors wishing to submit a proposal subsequent to the solicitation described herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside (Numbered Note 1 applies). In order to be technically acceptable, the proposal must meet all of the requirements of the Statement of Work. A minimum of three Past Performance Questionnaires must be completed by current or past customers and provided to the contracting office no later than the close of this solicitation. The contractor must be prepared and have available staff/resources having a secret clearance that must be in place at that time and CANNOT BE IN THE PROCESS OF BEING CLEARED in order to meet security clearance regulations for access to the DTRA controlled area. The following factors will be evaluated in accordance with the statement of work. Past Performance Management Approach Price Offers are due no later than March 19, 2010, 12:00 am Eastern Standard Time. Offers received after this date and time will not be considered for award. The postal mailing address is: DCSO-H, Attention: James A. Spell Jr, 8725 John J. Kingman Road, Fort Belvoir, VA 22060, phone number 703-767-1252. Offers may also be faxed to (703) 767-1172 or emailed to james.spell@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-T-0007/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02089170-W 20100313/100311234612-bb4e7ede67bd73feb4bde06e3673327d (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.