Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2013 FBO #4249
MODIFICATION

F -- PESTICIDE SPECIALIST

Notice Date
7/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-13-T-0020
 
Response Due
7/22/2013
 
Archive Date
9/9/2013
 
Point of Contact
Michelle Petterson, 270-798-7810
 
E-Mail Address
MICC - Fort Campbell
(michelle.r.petterson.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Modification 01: This is a modification to subject solicitation posted in FEDBizOpps on 10 July 2013. Closing date and time remains unchanged as 22 July 2013; 11:00 AM CST. This modification is issued to answer questions in response to the solicitation. Question 1. Is there a site visit for the upcoming pest control contract if so when is it? Answer 1. Site visit is not considered necessary for this requirement, tasks to be performed are in the PWS. (C-5). Question 2. Is this a new contract or will we be bidding against an incumbent? Answer 2. New Contract. Question 3. It states in the POWS that quote mark The contractor shall provide all labor, supplies, equipment, and necessary materials to perform all operations in connection with providing geographical information system digital imaging service quote mark. What is this? I assume it is a typo or cut and paste error? Answer 3. The bid schedule should read quote mark The contractor shall provide all labor, supplies, equipment, and necessary materials to perform all operations in connection with providing pesticide specialist services. Question 4: Will the contractor be supplying all the bait, bait boxes, pesticides and termiticides if so how do we quantify the amount needed? What if there is an infestation? Who covers the cost? Answer 4. Government provides types of materials required to perform the task except as indentified in paragraphs C.4 and C.5 of the Performance Work Statement (PWS). 5. Question 5. What does this contract cover i.e. general Insects, termites, spiders, ants, bats, raccoons, feral cats, birds, bird netting etc... Answer 5. This requirement is for a Pesticide Specialist to possess the skills, knowledge and training to satisfactorily perform the services required by this contract (See Paragraph C.5). Question 6. Is the contractor just providing the trained specialist and the government providing the materials? Answer 6.See answers above in Paragraphs 4 and 5. Also, see paragraphs C.3 through C.6 for worked to be provided by the Government versus work and tasks to be provided by the contractor. Question7. Is this project the Service Contract Act or if it is Davis Bacon? Answer 7. It is neither. The Service Contract Act of 1965 does not apply as it was enacted to ensure that Government contractors compensate their blue-collar service workers and some white-collar service workers fairly, but it does not cover bona fide executive, administrative, or professional employees. Per (FAR 22.1101). NAICS is 541620; business size is $14,000,000.00; acquisition is 100% setaside for Service Disabled Veterans Owned Small Business Concerns. Complete Statement of Work, Wage Decision, and associated documents can be downloaded at https://doc.campbell.army.mil under subject Solicitation number. All responsible concerns may submit a quote that will be considered by this agency. One award will be made to the offeror who is found to be the lowest priced technically acceptable offeror. Facsimile quotations are acceptable at (270) 798-7820; mailing address is Mission Installation Contracting Command, 6923 38th Street, Desert Storm Avenue, Fort Campbell, Kentucky, 42223. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Fannie Robertson, (270) 798-2216 or Angela Jacobs (270) 798-7815; fannie.m.robertson.civ@mail.mil or angela.d.jacobs2.civ@mail.mil. 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. Restrictions: 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. Quotes are being requested and a written solicitation will not be issued. Solicitation Number W91248-13-T-0020 is issued as a Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-68, dated 26 June 2013. The NAICS is 541620; business size is $14,000,000.00; acquisition is 100% Service Disabled Veteran Owned Business Set-Aside, and only qualified offerors may submit a quote. The period of performance is 30 July 2013, and end on 29 July 2015. Description of Items Requested. This requirement is for a Pesticide Specialist to possess the skills, knowledge and training to satisfactorily perform the services required by this contract. The contractor shall provide personnel, management, and any other items necessary. Period of Performance: Base Year and Two Option Years. The complete Performance Work Statement document is attached. See attached offer schedule for description of items and quantities. The Government's intent is to make a single award to the responsive and responsible lowest price Technically Acceptable offeror. Quotes must be submitted for all line items as listed herein in order to be considered for award. The provision 52.212-1-Instruction to Offerors-Commercial Items is applicable and tailored as follows: Paragraphs (d), (e), (h), and (i) are deleted. 52.212-2- Evaluation-Commercial Items (JAN 1999) The following factors shall be used to evaluate offers received: 1) Technical, and 2) Price. To be technically acceptable, the offeror must provide evidence of experience, education, and certifications as listed in Paragraph 1.4.1 of the Performance Work Statement. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. 52.252-1, Solicitation Provisions Incorporated By Reference with fill-in information as (http://farsite.hill.af.mil). The successful offeror must be registered on the System for Award Management (SAMS). Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS provision 252.212-7000 Offeror Representations and Certifications or offerors may complete Representation and Certification on website https://www.sam.gov/portal/public/SAM. (Contractor may be required to provide name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, provide the length of the contract or agreement, the dollar value, point of contact, and telephone number. This information will be used to determine responsibility for the successful offeror.) The following clauses and provisions apply: 52.212-4, Contract Terms and Conditions-Commercial Items (AUG 2012) is applicable; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (JAN 2013), The following apply under this clause; 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011), 52.219-28- Post Award Small Business Program Representation (APR 2012); 52.219-30; 52.222-21, Prohibition of Segregation Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.228-5- Insurance- Work on a Government Installation (JAN 1997); 52.232-33 Payment by Electronic Funds Transfer 52.232-99 - Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012); This clause is amended to incorporate 52.216-1 Type of Contract- Firm Fixed Price; 52.217-8- Option to Extend Services (NOV 1999) The Contracting Officer may exercise the option by written notice to the Contractor within 60 days before the termination of the contract.; 52.217-9- Option to Extend the Term of the Contract (MAR 2000) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 months or 2 years and six (6) months. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (MAY 2031). The following clauses and provisions apply under this clause; 252.204-7004 Alt A System for Award Management (MAY 2013); 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010); 252.205-7000, Provisions of Information to Cooperative Agreement Holder (Dec 1991); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); and 252.232-7010, Levies on Contract Payments(Dec 2006). SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence $500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or prescribed (2) until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause entitled quote mark Insurance - Work on a Government Installation (FAR 52.228-5), quote mark in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractors manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. SUBMISSION OF INVOICES (a) Definitions. As used in this clause- quote mark Department of Defense Activity Address Code (DoDAAC) quote mark is a six position code that uniquely identifies a unit, activity, or organization. quote mark Document type quote mark means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). quote mark Local processing office (LPO) quote mark is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports. Instructions for use of the WAWF system are located and authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type: 2 in 1 Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/78bc9a591ff7a1d889fa96dc5b68cfd3)
 
Place of Performance
Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN03113732-W 20130713/130711235115-78bc9a591ff7a1d889fa96dc5b68cfd3 (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.