Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2002 FBO #0102
SOLICITATION NOTICE

S -- Insect and rodent monitoring control at Arlington National Cemetery (ANC) facility for the United States Soldiers' and Airmen's National Cemetery (USSAHNC)buildings (under 10,000 square feet)and at four outdoor rodent bait stations at USSAHNC.

Notice Date
3/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MDW Acquisition Center, 9410 Jackson Loop, Fort Belvoir, VA 22060-5134
 
ZIP Code
22060-5134
 
Solicitation Number
DADW35-02-T-0086
 
Response Due
3/27/2002
 
Archive Date
4/26/2002
 
Point of Contact
Suzanne Tragesser, (703) 806-4440
 
E-Mail Address
Email your questions to MDW Acquisition Center
(Suzanne_Tragesser@belvoir.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Description: Provide indoor insect and rodent monitoring and control - and outdoor rodent control - throughout Arlington National Cemetery?s estimated 67,000 square feet of buildings, 27,000 square feet of shops/garages, and at 32 outdoor rodent bait stati ons found in five locations. Quotations are due 27 March 2002, NLT 14:00, POC Suzanne Tragesser, MDWAC Contract Specialist, (703) 806-4440; email: Suzanne_Tragesser@belvoir.army.mil. This is a combined synopsis/solicitation for commercial items prepared i n accordance with the format in FAR 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. This pr ocurement is 100% set aside for small business. Solicitation number DADW35-02-T-0086 applies and is used as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Ci rcular 2001-03. NAICS code is 561710 and the business size standard is $5.0m. The Arlington National Cemetery, Facility Maintenance Division has a requirement for insect and rodent monitoring control for the United States Soldiers? and Airmen?s National Ce metery (USSAHNC) buildings (under 10,000 square feet), and at four outdoor rodent bait stations at USSAHNC. SPECIFIC TASKS (LINE ITEMS): A. Supply and establish 36 outdoor rodent bait stations ? at up to 5 locations within Arlington (32 stations total) pl us four stations at USSAHNC within two weeks of contract award. These stations must be large enough for the entry and control of rats. Coordinate through contracting officer?s representative (COR). B. Maintain above referenced outdoor rodent bait stations throughout the contract period, 4/01/02 through 9/30/02, to include two 12-month option periods. C. Maintenance shall include visiting every two weeks at Arlington National Cemetery, and once a month at USSAHNC - to refill and inspect the bait stations, a nd replace the stations as necessary. C. Monitor and provide spot pest control throughout buildings and shops every two weeks at Arlington, and once a month at USSAHNC. Contractor shall provide up to five hours at Arlington per visit and up to 1-? hours a t USSAHNC per visit to accomplish this task. If it is determined during any particular visit (in consultation with the COR) that the monitoring/control could require more than 5 hours, the COR will designate what rooms/buildings/shops are to be eliminated for that particular visit. Up to 30 indoor rodent and/or insect bait stations or traps per visit may be set, refilled, and/or replaced or removed at Arlington (and up to eight at USSAHNC) as needed and in consultation with the COR. Spraying and/or fogging for insect control shall also occur during the 5 hour visit when it is determined by the contractor and/or COR that: A particular pest is, or likely will be, present in such a number that the health and safety of people, and/or the propriety of ceremonies or visits could be jeopardized. The outdoor rodent bait station visit may occur on the same day, if time permits and the COR is available. D. Provide quick-response pest control within 12 hours of COR or his representative contacting or leaving a message for the contractor. Same-day response is desirable. Contractor shall spend up to two hours per visit at the Cemeteries providing the rodent and/or indoor pest control identified by the COR ? to include spraying, fogging, trapping, and/or baiting. Up to two of these visits can involve outdoor structural pesticide application at Arlington?s Memorial Amphitheater. E. OTHER CONTRACT REQUIREMENTS: (1) Contractor?s applicator shall be currently certified as a commercial applicator by the State of Virginia (or recognized by the State) for the rodent and insect control described above for Arlington National Cemetery. District of Columbia certification (or certificati on recognized by the District) is needed for work at USSAHNC (Notes: The Cemeteries are not considered to have food service and/or processing areas. Termite monitoring and/or control is not considered part of this contract ? although contractor may point out such concerns if incidentally noted during the course of his other duties.). (2) Contractor shall supply all pesticides, baits, traps, and stations required during the course of this contract, and such supplies shall be readily available or on hand for each visit to the Cemeteries. The contractor from the Cemetery shall immediately remove used containers and old stations/traps. Supplies used shall be of the type, composition, quantity and rate standard in the professional industry for the satisfactory control and elimination of the identified or reported pests. All supplies shall be reported to, and approved by the COR or his representative, prior to use. Labels and MSDS sheets shall also be provided. (a) Contractor shall provide a written report or che cklist upon the completion of each visit to the COR. Information shall include areas visited/monitored, the location, time, and amounts of any pesticides, baits or traps set, and otherwise any site visit data required by the State of Virginia (for Arlingt on) or the District of Columbia (for USSAHNC). (b)Contractor shall ensure that no contract work causes any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity or security of the event is compromised. Contractor shall wear clean and neat uniforms for both legs and upper body. Contractor shall be fully insured, and shall repair or replace any damage to government property. Contractor shall establish all visits in advance through the COR s o that, at the COR?s option, the COR may elect to accompany the contract employee(s) throughout the visit. (c) Safety: Matters related to safety, and any actions of the Contractor, must meet the requirements of Arlington's Safety Manager - which in turn a re the requirements of the Cemetery, Department of Army, OSHA, and the State of Virginia. It is incumbent upon the Contractor to be familiar with these requirements. Safe application of materials involves any and all actions initiated and/or completed by the Contractor necessary in the performance of the specified work - in a manner that safeguards all Arlington and USSAHNC visitors, employees, cultural resources, and natural resources. It is all actions initiated and/or completed by the Contractor that meet OSHA and State of Virginia legal requirements, Right-to-Know laws, EPA guidelines, and otherwise follows the Cemetery and Department of Army precautions stated within this contract. Safety shall also include the Contractor having a safety representat ive who meets with the Safety Manager of Arlington within three weeks of contract award, and shall also include a written company safety plan. Contractor accepts all liability for his or her actions, equipment, and/or labor that result in damage to proper ty, injury, or death. (d) Billing/Payment: Contract shall invoice monthly to the paying office referenced in the contract, shall ensure the invoice matches the COR?s monthly receiving report, and shall direct any payment concerns to the paying office. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. Central Contractor Registration (CCR): Prior to contract award, contractor shall be registered in the CCR database. Proposal Preparation: Price proposals shall be analyzed but will not be numerically scored. The offeror shall provide evidence of at least one year of prior experience commensurate in value and scope to the current requirement. The requirement?s POC, telephone number, contract number, dollar value and description o f duties for similar sources performed within the last three years. Offers must be received no later than 2:00 p.m. EST, 27 March 2002. Offerors are required to complete and include a copy of the following provisions with their quotes; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contra ct Terms and Conditions Commercial Items and addendum 52.212-4 apply; the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate 1, FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on subcontracting; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Eq ual Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans; FAR 52.222.36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veter ans, Veterans of Vietnam Era and Other Eligible Veterans; FAR 52.225-1, Buy American Act-Balance of Payments Program-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-34 Payment by Electronic Funds Tr ansfer- Other Central Contractor Registration; FAR 52.222-41, Service Contract Act (SCA) of 1965, as amended; FAR 52.222-43, Fair Labor Standards Act and SCA-Price Adjustment (Multiple Year and Option Contracts). Also applicable clauses are: FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.228-5, Insurance Work on a Government Installation; FAR 52.232-18 Availability of Funds; FAR 52.232-1, Solicitation Provisions Incorporated by Reference. Wage Deter mination Number 1994-2103, Revision No. 24, dated 5/31/2001. The Government intends to make a single award to the bidder whose offer is the most advantageous to the Government. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) com pleted as follows; the following factors shall be used to evaluate offers: Prior Experience, Past Performance, and Price. Prior Experience and past performance are of equal value and more important than Price. However, as offerors?, Prior Experience and Pa st Performance become essentially equal, Price will become the determining factor in award. Prior Experience will be evaluated on comparability of at least one year?s experience to the current requirement. Past Performance will be evaluated on comparabilit y in scope, value and successful past performance to the current requirement. Quotes sent via the US Postal Service and hand-carried proposals shall be sent to USA Garrison Fort Belvoir, MDW Acquisition Center, Services Division, 9410 Jackson Loop, Suite 1 01, Fort Belvoir, VA 22060-5134.
 
Place of Performance
Address: MDW Acquisition Center 9410 Jackson Loop, Fort Belvoir VA
Zip Code: 22060-5134
Country: US
 
Record
SN00041496-W 20020314/020313095958 (fbodaily.com)
 
Source
FedBizOpps.gov 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.