Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SPECIAL NOTICE

99 -- INTEGRATED PEST MANAGEMENT CERTIFICATION

Notice Date
9/15/2010
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-10-T-0505
 
Archive Date
12/14/2010
 
Point of Contact
Sharon Gary, 410-278-1941
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(sharon.gary@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Aberdeen Installation Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures to IPM Instituteof North America, 1914 Rowley Avenue, Madison, WI 53726-4128. NAICS Code is 541620. IPM was competitively awarded an appropriated fund contract by the IMCOM in 2006. Under the terms of the initial contract, IPM conducted assessments and issued Star accreditations to APG and EA Child and Youth Services Program. The USA Army Public Health Command is collaborating with IMCOM to expand this initiative to promoting, evaluating and accrediting IPM Star at Army child youth services. IPM improves pest management results and reduces liability and risks from both pests and pesticides through an ongoing focus on pest and pesticide risk reduction. On-site evaluations have been conducted by IPM. Currently, no other vendors have the certification requirement to become an IPM STAR participant within the required timeframe to include on-site evaluations. There are no solicitation documents, however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 8:00 p.m., Eastern Daylight Time, 17 September 2010. Responses should be submitted electronically to Sharon Gary, Fax: (410) 306-3770 or email: sharon.gary@us.army.mil. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. Fax: (410) 306-3770. Telephone requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/189b300ed45de22fa0366eb0b9121573)
 
Record
SN02282300-W 20100917/100915235503-189b300ed45de22fa0366eb0b9121573 (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.