Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

F -- Africanized Bee Monitoring and Emergency Treatment Services and Other Pest Control

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street #200 Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
E11PX1007A
 
Response Due
9/6/2011
 
Archive Date
8/28/2012
 
Point of Contact
Fredericka M. Steele Contract Specialist 9286387436 freddi_Steele@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service (NPS), Tonto National Monument (TONT), has a requirement for Africanized Bee Monitoring and Emergency Treatment Services and Other Pest Control. This requirement is being issued as Request for Quote (RFQ) E11PX1007A. The Federal Acquisition Regulation (FAR) clauses and provisions enclosed are those in effect through Federal Acquisition Circular (FAC) 2005-53. The proposed procurement is unrestricted, open to both large and small business concerns (full and open competition). The NAICS code is 561710-Pest Control and Exterminating Services, with a size standard of $7 million. No paper or email copies will be sent. Notifications of any changes to this solicitation will be made as modifications to this announcement and posted through FedBizOpps. A firm, fixed price contract is anticipated to be awarded on or about September 12, 2011. STATEMENT OF WORK Introduction Tonto National Monument is located in east central Arizona's Gila County near Theodore Roosevelt Lake. The monument is approximately 50 miles south of Payson, AZ and approximately 30 miles northwest of Globe, AZ. Tonto National Monument was established in 1907 primarily to preserve prehistoric cliff dwellings of the Salado culture. Currently the monument manages 1,120 acres of upper Sonoran Desert, which is well-known for Saguaro cactus, Cholla cactus, mesquite, jojoba, rattlesnakes, gila monsters and other desert-dwellers. The Sonoran desert is known for its temperature extremes: In the winter temperatures range from below freezing at night to the upper 60s in the day. During summer months (when Africanized bees are most active), daytime temperatures can exceed 115 degrees Fahrenheit. The monument is characterized by rough terrain, rugged topography, loose soils, and many stinging/spiny/biting hazards. The geology of the area lends itself to scree slopes, cliff faces, and alcoves perfect for bee habitation. While there are trails to the Lower Cliff Dwelling (paved) and the Upper Cliff Dwelling (dirt), most bee work (setting traps, treating hives, etc,) will occur in the rugged backcountry around these sites where travel is only by foot. Hazards from bees, rattlesnakes, cactus and heat are very real. Purpose Africanized bees have plagued Tonto National Monument for decades. Hives in the remote backcountry do not usually cause a problem in the park, but when hives split and build new colonies around the Upper and Lower Cliff Dwellings, picnic areas, housing, and the Visitor Center they pose a threat to visitor and staff safety. Active Africanized bee hives result in the closure of the cliff dwellings, the primary interpretive resources of the park. Multiple hives often spring up with little or no warning forcing the closure of areas due to safety concerns. While more rare, bees and other insect pests in administrative and housing areas are always a threat. Tonto National Monument seeks to establish a contract for Bee Monitoring and Emergency Treatment Services and Other Pest Control for a base year plus 4-option years (subject to the availability of appropriations) with a qualified and licensed contractor, able to respond to emergency call-outs and qualified to perform the required work using the necessary rappelling techniques. In addition, the contractor should be able to treat other pests such as wasps, spiders, termites, and the like on an as-needed case by case basis. All work will be performed while ensuring visitor and staff safety and safeguarding the historic and natural features of the monument. Scope of Work The Contractor shall:1. Provide a general background of their company. 2.Provide current pesticide application licensing/certification for the business and all individual pesticide applicators. 3.Have membership in a recognized trade organization such as the National Pest Management Association (NPMA). 4.Provide services generally once per month, but up to twice per month. Some months may not require service if little to no activity is observed. 5.Coordinate services and treatments with National Park Service staff/IPM coordinator. 6.Use registered insecticides and treatments in accordance with the label, government regulations and the approved park Integrated Pest Management Plan. 7.Provide emergency response service within 3 business days (excluding Federal Holidays). 8.Provide Material Safety Data Sheets (MSDS) for materials used. 9.Provide service documentation at the conclusion of each service (Pesticide Use Log). 10.Assure that applicators will abide by EPA and OSHA requirements for personal protective equipment (PPE). 11.Be able to set up, bait (with bee pheromone), and monitor multiple bee swarm traps in rugged backcountry terrain. 12.Be able to hike in rugged backcountry terrain, as the backcountry sites are only accessible by foot. 13.Be able to work in temperatures in excess of 115 degrees F, possibly in a bee-suit. 14.Be able to treat insect pests in federally protected and sensitive archeological sites without damaging any part of the site.15.Be able to treat insect pests in federally protected buildings listed on/eligible for the National Historic of Historic Places without damaging the building or any contributing elements. 16.Be able to treat hives up to 40 feet up in crevices containing aforementioned archeological sites without scaffolding (due to instability), while not damaging important cultural resources. 17.Be able to rappel down unstable cliff faces to treat bee hives in crevices. 18.Provide certified climbers (such as certification through the American Mountain Guides Association (AMGA), the Professional Climbing Instructors Association (PCIA), or other comparable certification) to rappel or direct rappelling operations. 19.Be responsible for hauling all equipment in and out of treatment areas (some equipment can be cached, to be determined by the NPS on a case-by-case basis). 20.Be able to treat other pest species on a case by case basis as the need arises. This includes spiders, scorpions, termites, wasps, and similar pests. Schedule and Deliverables --Scheduled monthly monitoring of all swarm traps (Swarm traps will total between 10-15) with additional monitoring during times when the bees are active.--Emergency Treatments (no rappelling) will be required approximately once or twice a year as needed (based on previous park requirements).--Emergency Treatments requiring rappelling will be required approximately once or twice a year as needed (based on previous park requirements). PERIOD OF PERFORMANCE The period of performance starts approximately 9/12/11 and runs 12 months, with the possibility of up to four (4) one-year options. The NPS has the right to not exercise options. CLAUSES AND PROVISIONS This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Clause 52.204.07 Central Contractors RegistrationCompanies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. A company that is not registered in the CCR may not be considered for award. Conversely having a DUNS number and CCR record does not guarantee award to a company. The CCR database is available online at www.bpn.gov, and there is no charge to register. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: -- "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. --The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful offeror shall complete and submit the provision [proposal] to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13, and 52.232-33. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item(s), identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Clause 52.237-1 Site Visit. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Clause 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractors failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. Clause 52.222-41 Service Contract Act of 1965. The Service Contract Act (SCA) applies to this contract. Clause 52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts) applies to this contract. HOW TO PROVIDE A QUOTE Closing date and time: Tuesday, September 6, 2011, 4:00 p.m., Arizona Time Zone. Interested parties may submit a quote using the format below or by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. Contractors must be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for award of government contracts. The link can be found at http://www.ccr.gov. Contractors are also required to provide on-line representations and certifications (ORCA) at http://orca.bpn.gov. Payments will be made via electronic fund transfer (EFT) based on the banking information in the contractor's CCR record. No oral quotations will be accepted. All quotations must be signed by an authorized company official. All proposals must have the following information: Solicitation: E11PX1007A, Bee Project Submit to: E-mail: GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PX1007A, Bee Project; via mail (address below) or Fax: 928-637-7005, Attn: Freddi Steele, E11PX1007A, Bee Project National Park Service1824 S. Thompson St., Suite 200Flagstaff, AZ 86001Attn: E11PX1007A, Bee Project (Steele) Quotes must be received no later than the closing date and time of this announcement. Quotes submitted through EC-IDEAS will not be accepted. Late quotes may not be considered. PROPOSAL FORMAT DATE:_______________________________________________________________________________; CONTRACTOR:________________________________________________________________________; ADDRESS:____________________________________________________________________________; DUNS Number:_________________________________________________________________________; Contact Name:_________________________________________________________________________; Phone:_______________________________________________________________________________; Fax: ________________________________________________________________________________; E-mail:_______________________________________________________________________________; References for Past Performance. All offerors are required to provide a minimum of two (2) references that can be contacted to validate past performance. References must include company or agency name, current contact and that person's office/business phone number. 1st Reference: __________________________________________________________________________; 2nd Reference: _________________________________________________________________________; Proposal Line Items: Line Item #1: Bee Project, as described under Statement of Work, 1 year (base year), Unit Price: $_____; Extended Price: $______; Line Item #2: Option Year 1, Unit Price: $_________; Extended Price: $_____________ ; Line Item #3: Option Year 2, Unit Price: $_________; Extended Price: $_____________ ; Line Item #4: Option Year 3, Unit Price: $_________; Extended Price: $_____________ ; Line Item #5: Option Year 4, Unit Price: $_________; Extended Price: $_____________ ; Total of Quote (Line items 1-5): $________________________. General Line Item Notes: 1. Offerors shall submit a price for all line items. Failure to do so may render the quote unacceptable. 2. Offerors who previously responded to FedBizOpps announcement E11PX10007 must resubmit their proposal in response to this announcement. 3. Offerors shall submit a copy of certification(s) listed under "Scope of Work". Failure to do so may render the quote unacceptable. 4. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 5. Evaluation of options will not obligate the Government to exercise any of the options. 6. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by calculating the total price for all proposal line items. END OF SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PX1007A/listing.html)
 
Place of Performance
Address: Tonto National Monument, Roosevelt (Gila County), Arizona
Zip Code: 85545
 
Record
SN02552974-W 20110831/110829234845-f97e2b2c684d74a16880e4284efbac7c (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.