SOLICITATION NOTICE
S -- Pest Control Services
- Notice Date
- 6/2/2025 7:05:12 AM
- Notice Type
- Solicitation
- NAICS
- 56171
—
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008525R2558
- Response Due
- 6/24/2025 11:00:00 AM
- Archive Date
- 07/09/2025
- Point of Contact
- Cassandra Hines, Phone: 8128541505, Carrie Grimard, Phone: 8128546641
- E-Mail Address
-
cassandra.c.hines.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil
(cassandra.c.hines.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The contact resulting from this solicitation will be an Indefinite Delivery, Indefinite Quantity contract with recurring and non-recurring services for Pest Control Services at the Naval Support Activity, Crane, Indiana. The Contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform pest control services in conformance integrated pest management techniques to prevent and control unwanted nuisance, structure damaging, lawn, turf and ornamental, and disease vector and health arthropod and invertebrate pests and vertebrate pests including but not limited to cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes bedbugs, mice, rates, bats, feral dogs and cats, other nuisances mammals, pigeons, and other nuisance birds. All Contractor personnel who apply pesticides shall be certified by the State of Indiana in the categories required to perform the work specified in this contract. All work performed shall be in accordance with Federal, state, and local laws, and installation regulations. Services will be performed at various buildings at Naval Support Activity (NSA Crane), Crane, Indiana and Lake Glendora Test Facility, Sullivan, Indiana. The term of the contract would be for a base period of twelve (12) months and four (4), twelve (12) month option periods to be exercised at the Government�s discretion. The NAICS Code for this solicitation is 561710 Exterminating and Pest Control Services. The Small Business Size Standard is $17,500,000.00 Low Price-Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals. Technical evaluation factors will be identified in the solicitation package and may include but are not limited to past performance, experience, and safety. This contract will replace a contract for similar services awarded on 25 February 2020. Orders totaling $1,434,672.89 have been placed to date. The contract term will end on 01 August 2025. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. A sources sought notice (N4008525R2558) for this procurement was posted on 25 November 2024 for responses from 8(a) firms in Region V; Service Disabled Veteran Owned Business; Hub Zone concerns, Women Owned Small Business, Economically Disadvantaged Women Owned Small Business and Small Businesses on the SAM.gov website. A market research survey was conducted. This included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to issue this solicitation as a total small business set-aside in accordance with FAR 6.203. All offerors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b) (1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered. Contractors are required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE PROPOSAL DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. The website address for the SAM database is: https://sam.gov. Note: Registration in SAM is Free. Offerors are required to submit price proposals and technical proposals electronically via the Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) website. Department of Defense (DoD) training is available at https://dodprocurementtoolbox.com/site-pages/solicitation-module. Additional Web Based Training is available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml It is the sole responsibility of the Offeror to obtain the RFP files, along with any amendments, from Contracting Opportunities Page on the sam.gov website. Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened or are otherwise missing the required content are the responsibility of offerors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8cf24e6ac07a4a96a29c6e36afc8bf6c/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN07462199-F 20250604/250602230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |