Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
MODIFICATION

S -- Food-Handling Facilities, Burrowing Rodents Inspection & Pest Control Services - Statement of Work Revised 30 June 2011

Notice Date
6/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D91063A001
 
Archive Date
7/28/2011
 
Point of Contact
Megan M. Ashley, Phone: 8056068291, Sandra A Odem, Phone: 805-606-2195
 
E-Mail Address
megan.ashley@vandenberg.af.mil, sandra.odem@vandenberg.af.mil
(megan.ashley@vandenberg.af.mil, sandra.odem@vandenberg.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Solicitation Questions and Answers Statement of Work Revision 01, 30 June 2011 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D3D91063A001. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 Correction and DFARS Change Notice 20110608. THIS PROCUREMENT IS BEING ISSUED AS A 100% WOMAN-OWNED SMALL BUSINESS SET-ASIDE under North American Industrial Classification Standard (NAICS) 561710 and size standard $7M. Project Number: F4D3D91063A001 Project Title: Food-Handling Facilities & Burrowing Rodents Inspection & Pest Control Services 1. Please see attached Performance Work Statement (PWS) for detailed description of required duties. 2. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. 3. Quotes shall be valid until 31 October 2011. 4. Quotes shall include the following Technical Submittals: a. Copy of State of California Pest Control Business License b. Copy of Department of Pesticide Regulation, Qualified Applicator License, Category B - Landscape Maintenance (required for burrowing rodent control services) c. Copy of Department of Pesticide Regulation, Structural Pest Control Board, Branch 2, General Pest Control (required for food facility pest control services) d. Completed Experience Questionnaire for each project/contract submitted as a reference (limited to no more than five questionnaires for similar projects/contracts performed within the immediate three year period preceding this RFQ). Period of Performance: Basic Year (01 October 2011 to 30 September 2012) Six (6) Month Option Period (01 October 2012 to 31 March 2013) The contract will be Firm Fixed Price with the following structure: BASIC YEAR CLIN STRUCTURE (01 October 2011 to 30 September 2012) CLIN 0001 Monthly Service - Food-Handling Facilities CLIN 0002 Monthly Service (Non-NRO facilities) - Burrowing Rodents CLIN 0003 Monthly Service for NRO Facilities - Burrowing Rodents CLIN 0004 Contingency Service - Burrowing Rodents for areas not listed in Appendix B of the PWS. (Provide a per acre price for each of the following. This CLIN has an estimated value of $20,000.00) Service, less than 1 acre: Per acre price = Service, 1-3 acres: Per acre price = Service, 4-6 acres: Per acre price = Service, 7-9 acres: Per acre price = 6 MONTH OPTION PERIOD CLIN STRUCTURE (01 October 2012 to 31 March 2013) CLIN 1001 Monthly Service - Food-Handling Facilities CLIN 1002 Monthly Service (Non-NRO facilities) - Burrowing Rodents CLIN 1003 Monthly Service for NRO Facilities - Burrowing Rodents CLIN 1004 Contingency Service - Burrowing Rodents for areas not listed in Appendix B of the PWS. (Provide a per acre price for each of the following. This CLIN has an estimated value of $20,000.00) Service, less than 1 acre: Per acre price = Service, 1-3 acres: Per acre price = Service, 4-6 acres: Per acre price = Service, 7-9 acres: Per acre price = Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The following Provisions and Clauses apply to this award: 52.203-3: Gratuities 52.203-6 with Alternate 1: Restrictions on Subcontractor Sales to the Government 52.204-4: Printed or Copied Double-Sided on Recycled Paper 52.204-7: Central Contractor Registration 52.204-9: Personal Identity Verification of Contractor Personnel 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6: Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.212-1: Instructions to Offerors - Commercial Items 52.212-2: Evaluation-Commercial Items (Lowest Price Technically Acceptable) 52.212-3 with Alternate I: Offerors Representations and Certifications-Commercial Items 52.212-4: Contract Terms and Conditions - Commercial Items 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.217-9: Option to Extend the Term of the Contract 52.219-8: Utilization of Small Business Concerns 52.219-14: Limitations on Subcontracting 52.219-28: Post-Award Small Business Program Representation 52.219-30: Notice of Total Set-Aside for Women-Owned Small Business Concerns Eligible under the Women-Owned Small Business Program 52.222-3: Convict Labor 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36: Affirmative Action for Workers with Disabilities 52.222-37: Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-40: Notification of Employee Rights Under the National Labor Relations Act 52.222-41: Service Contract Act of 1965 52.222-42: Statement of Equivalent Rates for Federal Hires 52.222-43: Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) 52.222-50: Combating Trafficking Persons 52.222-54: Employment Eligibility Verification 52.223-5: Pollution Prevention and Right-to-Know Information 52.223-18: Contractor Policy to Ban Text Messaging While Driving 52.225-13: Restrictions on Certain Foreign Purchases 52.228-5: Insurance-Work on a Government Installation 52.232-18: Availability of Funds 52.232-33: Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-2: Service of Protest 52.233-3: Protest after Award 52.233-4: Applicable Law for Breach of contract Claim 52.237-2: Protection of Government Buildings, Equipment, and Vegetation 52.237-3: Continuity of Services 52.242-13: Bankruptcy 52.242-15: Stop-Work Order 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DoD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.204-7003: Control of Government Personnel Work Product 252.204-7004: Alternate A, Central Contractor Registration 252.204-7006: Billing Instructions 252.204-7008: Export-Controlled Items 252.209-7001: Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004: Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7000: Offeror Representations and Certifications-Commercial Items 252.212-7001 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.223-7001: Hazard Warning Labels 252.223-7006: Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008: Prohibition of Hexavalent Chromium 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7007: Limitation of Government's Obligation 252.232-7010: Levies on Contract Payments 252.243-7002: Requests for Equitable Adjustment 252.246-7000: Material Inspection and Receiving Report 5352.201-9101: Ombudsman 5352.223-9001: Health and Safety on Government Installations 5352.242-9000: Contractor Access to Air Force Installations CONS G-800: Wide Area Work Flow Instructions All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR) is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. Any questions will need to be submitted in writing by 4:00 p.m. (PST) on 27 June 2011. The answers will be posted on the FedBizOpps website by 4:00 p.m. (PST) on 30 June 2011. All quotes must be sent to Megan Ashley via one of the following methods: Email (megan.ashley@vandenberg.af.mil); Address 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB, CA 93437. Quotes are required to be received no later than 1:00 p.m. (PST) on 13 July 2011. Attachments 1. Performance Work Statement, dated 30 June 2011 2. Maps (Maps will not be posted on FBO but will be provided by email upon request) 3. Wage Determination No. 2005-2063, Rev 10, 15 Jun 2010 4. Experience Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D91063A001/listing.html)
 
Place of Performance
Address: Vandenberg Air Force Base, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02486366-W 20110702/110630234827-8f5d745d2e3edcbae2d954249ed24a24 (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.