Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

H -- The DC Army National Guard (DCARNG) is seeking proposals for integrated pest management and exterminations services for nine (9) DC Army National Guard (DCARNG) facilities.

Notice Date
11/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W74LSX02872001
 
Response Due
11/24/2010
 
Archive Date
1/23/2011
 
Point of Contact
Lionel Johnson, 2026857863
 
E-Mail Address
USPFO for DC
(lionel.johnson2@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The DC Army National Guard (DCARNG) is seeking proposals for Integrated Pest Management and Exterminations Services for nine (9) DC Army National Guard (DCARNG) facilities listed below. The vendor shall be capable of providing all management, licenses/certifications, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for pest control services at DC Army National Guard (DCARNG) in accordance with the attached Statement of Work (SOW). The solicitation number: W74LSX02872001 is issued as a RFP for a firm-fixed price contract. Proposals will be evaluated using evaluation procedures set forth under FAR 52.212-2. Offerors must include a completed copy of the provision 52.212-3, Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items with the offer. 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. The RFP document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular and DFARS Change Notice (DCN). This acquisition is 100% small business set aside with a small business size standard of $7.0 million. The NAICS code is: 561710. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This acquisition has a Period of Performance (POP) of 1 December 2010 through 30 November 2011 with 3 year options through 30 November 2014. All options are subject to availability of funds in accordance with FAR Clause 52-232-18. Only those venders in the Washington, DC and Metropolitan area need to respond. ***Question Submission: Interested offerors must submit all questions to lionel.johnson2@us.army.mil no later than 22 November 2010. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** Responses may be sent electronically to Lionel Johnson, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: lionel.johnson2@us.army.mil. STATEMENT OF WORK FOR INTEGRATED PEST MANAGEMENT AND EXTERMINATIONS SERVICES 1.0 Location of Work: The services to be performed will be located at the following nine (9) District of Columbia Army National Guard (DCARNG) facilities. 1. District of Columbia Army National Guard (DCARNG) Dc Armory Building 2001 East Capitol Street, South East Washington, DC 20003 2. Combined Support Maintenance Shop (CSMS) Building 356 2796 Mitscher Road, South West Anacostia Naval Station Washington, DC 20373 3. Organizational Maintenance Shop No. 1 (OMS-1) Building 355 2796 Mitscher Road, South West Anacostia Naval Station Washington, DC 20373 4. Organizational Maintenance Shop No. 2 (OMS-2) Building 354 2796 Mitscher Road, South West Anacostia Naval Station Washington, DC 20373 5. Organizational Maintenance Shop No. 3 (OMS-3) Building 353 2796 Mitscher Road, South West Anacostia Naval Station Washington, DC 20373 6. U.S. Property and Fiscal Office (USPFO-Warehouse) Building 350 189 Poremba Court, South West Anacostia Naval Station Washington, DC 20373 7. Reserve Center (Joint Use) Building 351 189 Poremba Court, South West Anacostia Naval Station Washington, DC 20373 (NOTE: TREATMENT FOR THIS SITE WILL ONLY INCLUDE DCARNG SECTIONS OF BUILDING 351) 8. Davidson Airfield Buildings 3121 and 3123 Britten Drive Ft. Belvoir, VA 22060 9. DCNG RTI Regional Training Institute Bldg 2297 9000 Gunston Road Fort Belvoir, VA 22485 2.0 Period of Work: The Integrated Pest Management service shall be for a twelve (12) month period with 3 Year Options through 30 November 2014. 2.1 Site Visit: The contractor is required to perform a pre-bid site visit to all locations listed in section 1.0 to verify site conditions and locations, size and square footage of affected areas. To setup a site visit all interesting party should call Lionel Johnson, Contract Specialist at (202) 685-7863 or email at Lionel.Johnson2@us.army.mil 2.2: Should the scheduled services not be totally effective, or interrupt institution activities, the contractor shall be required to provide necessary services at alternate times agreeable to the facility in need, at no additional cost. 3.0 Principle of Work: The work to be accomplished includes the performing of pest control services at the DCARNG facilities. All pest control and herbicide application services will be in accordance with all applicable federal, state and local statutes presently established or that may be established during the term of the pest control services provided to the DCARNG. 3.1: The contractor must provide pest control education to the DCARNG facilities listed in section 1.0, quarterly or as needed at no additional cost. 3.2: Following each scheduled service, the contractor must submit a written report to the Facility Manager listing any and all areas services as well as the percentage of pesticides used. 3.3: The contractor is to use the proper equipment and material to render the services to insure safety for all human life, endangered species, and the environment. 3.4: If during the performance of services, any condition that might be determined negative to the safety of contractor personnel, occupants of sites listed in section 1.0, or others as observed, such condition shall be reported immediately in writing to the Facility Manager. 4.0 Specifications: 4.1: During the pre-bid conference, the contractor must review the DCARNG Pest Management Plan, Integrated Pest Management Outlines, in the Environmental Office. The contractor must secure, keep in force, and pay for all necessary licenses and permits required for the pest control service. The contractor must also comply with all laws, orders, rules and regulations of any federal, state or local authority, including all materials specifications and ordinances. 4.2: Target/Nuisance Pests: The contractor will target pest and rodent including but not limited to the following: mosquitoes, ticks, bees and wasps, filth flies, spiders, fly larvae, weevils, beetles, termites, stored products and warehouse invaders, rodents, birds, incidental vertebrates, nuisance crawling pest (crickets, earwigs, ground beetles, millipedes, fleas, dust mites, centipedes, silverfish), roaches and cockroaches of all species, spiders, biting insects, and all species of ants. 4.3: Pest control services shall be performed in all areas including basements, offices, supply storage spaces and rooms, closets, plumbing and steam pipes accesses, shelves, any and/or elevators, walls or enclosures, kitchens, dining areas, cafeteria, food preparation and storage areas, loading platforms, refuse containers storage areas, lavatory and shower rooms, hallways and lounge rooms, and other integral institutional components. 4.4: The contractor must perform a thorough detection program during every service utilizing aerosolized pyrethrums with probe attachment for crack and crevice inspection, dated glue boards and use of a functional flashlight. 4.5: Pest control services shall be conducted at all DCARNG locations listed herein weekly, with six (6) additional emergency service calls. Contractor will conduct emergency service calls within 24 hours of notification date. Following each weekly service, the contractor must submit a written report to the Facility Manager or an appointed alternate listing all areas that remain inaccessible for pest control services. NORMAL HOURS: Anacostia Naval Base normal business hours are from 0730 to 1630 hours. The contractor is to conduct work within these hours unless the COR has approved in advance an alternative work schedule or other adjustments to the work schedule. HOLIDAYS: The Contractor will not work on the ten standard Federal holidays or any Regular Day Off (RDO) days. 4.6: The Contractor is to use the proper equipment and material to render the services to insure safety for all human life and the environment. The application of all materials shall be made in a manner which is consistent with label instructions, and which does not cause harm, injury and damage to human life, property and/or the environment. The contractor shall leave the job site in a clean safe condition. All pesticides used shall be non-flammable, secured when unattended, and registered by the US Environmental Protection Agency. 4.7: The Contractor shall be responsible for removing and disposal of all excess and/ or unneeded chemicals, materials and equipment after application is completed. No chemicals or equipment are to be stored or disposed of at the DCARNG facility sites at any time. 4.8: During the performance of pest services, the contractor must submit written reports of significant structural and sanitation problems for possible correction that would directly contribute to improved pest control efforts. Reports are to be submitted to the Environmental Facility Manager within seven days of discovery. 4.9: The Contractor is responsible for treating and controlling all wasps, hornets and other stinging insects that are nesting in the interior and/ or on the exterior of all buildings. The contractor is required to treat and control external nesting of wasps, hornets and other stinging insects up to a maximum height of three (3) stories. 4.10 Integrated Pest Management: The Contractor must comply with the Integrated Pest Management (IMP) practices. The goal of IPM is to deliver effective pest control while at the same time reducing the volume and toxicity of pesticide use. IPM is a process for achieving long term environmentally sound pest control through a wide variety of technological and management practices. Control techniques in an IPM program include a combination of pest monitoring, good sanitation practices, education, appropriate solid waste management, building maintenance, alternative physical, mechanical, and biologic pest control, and as a last resort, the use of pesticides according to a predetermined hierarchy of pest management choices, formulations, and application techniques, which will minimize the exposure and potential risks to people and the environment. The emphasis of IMP is a holistic approach and is focused on elimination of causes as opposed to treating symptoms. The contractor shall furnish all supervision, labor, materials, and equipment necessary to accomplish the surveillance, trapping, and pesticide application components of the IPM program. The contractor shall also provide in writing detailed facility-specific recommendations for structural and procedural modifications necessary to achieve the goal of pest elimination. Contractors personnel must provide the environmental pest coordinator with a detailed list within three (3) days after each visit listed in section 1.0, stating the pesticides and herbicides that were used for the last visit and the amount that was used in grams. Contractor must furnish all MSDS for pesticides for all programmed chemical applications. 5.0 Contractor Certification: The contractor shall have sufficient qualified personnel and equipment to satisfactorily perform the pest control services and shall submit evidence of qualifications to meet all requirements. Contractor must have licensed applicators that possess a valid Certified Commercial Pesticide Applicator License. Contractor must possess a minimum of seven (7) years of demonstrational successful operation of pest control services, serving similar or equal sized facilities. Contractor must hold a current Certified Commercial Pesticide Applicator Registration and must provide a copy to the Environmental Program Manager on the first day of services being rendered. Applicators that possess a valid Certified Commercial Pesticide Applicator License must also show immediately upon request during any site visit the license. 5.1: Facility Manager or an appointed alternative must certify that areas have been treated and verify the amount of time spent working in those areas before request for payment is rendered. 5.2: The contractors personnel must observe and adhere to all of the rules and regulations in effect at the sites listed while on property. 5.3: The contractor shall require their employees to comply with all the instructions issued by the DCARNG facilities pertaining to conduct and regulations while on servicing any DCARNG facility.The contractors personnel must be in accordance with the security requirements for government employment, Executive Order 10450. The contractors personnel must also be in accordance with the personnel security program, Department of Defense DOD 5200.2-R. All contracted employees providing services to the DCARNG facilities will be subject to security search of vehicle, person, and / or property as required by that site. Each contracted personnel must present identification badges for admittance to the facility. All contactors personnel entering any DCARNG facility must not bring weapons or flammables of any kind to include knives onto any of the sites listed in Section1.0. 5.3.1: Neither the contractor nor the contractors employees shall solicit business while on any of the facilities listed in section 1.0 property or distribute or display and literature, information to include business cards, except for educational purposes. 5.3.2: The contractors employees shall not utilize any of the facilities equipment including telephone, computers, fax, and copiers at any of the sites listed in section 1.0. 5.4: The contractors employees must sign in and out with the security at the facilities listed in section 1.0. 5.5: The contractor shall require all employees to wear suitable uniforms while providing services. 6.0 WARRANTY: The contractor shall guarantee pest reduction, pest maintenance, pest education, pest removal, pest control and nuisance plants in all facilities. Failure to reduce pest population, provide pest maintenance, pest education, remove pest, control pest, and/or adhere to this scope of work could result in contract cancellation. The contractor shall exercise best care and employ proper QA/QC during all pesticide applications. 7.0 PERIODIC BILLINGS The contract services will be provided for a firm fixed price. The Contractor will provide the receipt to the COR prior to submitting the invoice to the billing address shown in the contract. If the invoice is received without the required documentation, including the customer's written acceptance, the invoice will be rejected. 8.0 APPLICABLE LAWS AND REGULATIONS A. Section 136, Title 7, United States Code (7 USC 136). B. DODI 4150.7. C. DOD 4150.7M. D. DOD 4150.7P. D. DODI 4715.5. F. AR 405 G. AR 42010. H. AR 38510. I. AR 21050. 9.0 POINT OF CONTACT/COR: Mr. Alfred B. Robinson, DCARNG Facility Manager (202) 685-9667
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W74LSX02872001/listing.html)
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20315-0350
 
Record
SN02325245-W 20101111/101109234445-7283a1148d63f9076e3b593747394f74 (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.