Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

F -- PEST CONTROL SERVICES FOR Natick Soldier Systems Center

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
15 Kansas Street, Natick, MA 01760
 
ZIP Code
01760
 
Solicitation Number
W905JZ-1356-7002
 
Response Due
4/6/2012
 
Archive Date
10/3/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is W905JZ-1356-7002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 561710 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-06 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Natick, MA 01760 The APG - Natick SPS requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Inspection of the base to be done weekly in accordance with the statement of work., 12, EA; LI 002, Handle up to 20 MSOs per month in accordance with the statement of work., 12, EA; LI 003, Emergency calls as neeed., 1, EA; LI 004, (Option Year 1) Inspection of the base to be done weekly according to the statement of work., 12, EA; LI 005, (Option Year 1) Handle up to 20 MSOs per month in accordance with the statement of work., 12, EA; LI 006, (Option Year 1) Emergency calls as neeed., 1, EA; LI 007, (Option Year 2)Inspection of the base to be done weekly in accordance with the statement of work., 12, EA; LI 008, (Option Year 2)Handle up to 20 MSOs per month in accordance with the statement of work., 12, EA; LI 009, (Option Year 2)Emergency calls as neeed., 1, EA; LI 010, (Option Year 3) Inspection of the base to be done weekly in accordance with the statement of work., 12, EA; LI 011, (Option Year 3)Handle up to 20 MSOs per month in accordance with the statement of work., 12, EA; LI 012, (Option Year 3)Emergency calls as neeed., 1, EA; LI 013, (Option Year 4)Inspection of the base to be done weekly in accordance with the statement of work., 12, EA; LI 014, (Option Year 4)Handle up to 20 MSOs per month in accordance with the statement of work., 12, EA; LI 015, (Option Year 4)Emergency calls as neeed., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, APG - Natick SPS intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. APG - Natick SPS is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. This solicitation is 100% Small Business set Aside. Availability of Funds (Apr 1984)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. Per the attached statement of work. In accordance with Department of Defense Instruction (DoDI) 4150.07, the Contractor shall be licensed by the Massachusetts Department of Agriculture (Pesticide Contractor?s License) and/or Mass. Department of Agriculture and Industries (Professional Services Permit), as applicable, in the category(ies) of pest control service to be performed. The Contractor shall employ pest management personnel that are State-licensed as certified pesticide applicators in categories equivalent to DoD certification in order to be authorized to conduct pesticide applications on properties under the jurisdiction of N.S.S.C. The Contractor shall maintain current liability insurance, effective in the State(s) where the pest control service is to be performed The contractor, as an independent contractor and not as an agent of theGovernment, shall provide the necessary resources (except those furnished by the Government) to accomplish tasks of the type set forth below Contractor employees performing services under this contract shall becontrolled, directed and supervised at all times by management personnel ofthe contractor. The contractor's management shall ensure that employeesproperly comply with the performance standards outlined in this PerformanceWork Statement and as required by the contracting officer or the contracting officer's representative (COR). Contractor employees shall perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government shall control access to the facility and shall perform the inspection and acceptance of completed work and tasks.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/37e6017f6e86884a04d7514f49e582af)
 
Place of Performance
Address: Natick, MA 01760
Zip Code: 01760
 
Record
SN02711966-W 20120404/120402235559-37e6017f6e86884a04d7514f49e582af (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.