SOLICITATION NOTICE
68 -- Pest and Rodent Control Services
- Notice Date
- 3/17/2004
- Notice Type
- Solicitation Notice
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-FOX51E40540100
- Response Due
- 3/31/2004
- Point of Contact
- Kathy Marquez, Contract Specialist, Phone 334-953-1549, Fax 334-953-3527, - Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2856,
- E-Mail Address
-
kathy.marquez@maxwell.af.mil, toxie.courtney@maxwell.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 FOX51E40540100 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040223. It is the contractor's responsibility to be familiar with applicable clauses and provisions. The North American Industry Classification System (NAICS) is 561710 with a size standard of $6.0 M. This acquisition is issued as a "100% small business set-aside.” Industry shall return pricing as identified in the Bid Schedule, which does address option years. The following is a bid schedule and statement of work for this requirement. Bid Schedule for Pest and Rodent Control at Lake Martin Recreation Area Period of Performance Monthly Price x12 = TOTAL 1 Aug 04 though 31 Jul 05 ____________ x12 = _____________ 1 Aug 05 though 31 Jul 06 ____________ x12 = _____________ 1 Aug 06 though 31 Jul 07 ____________ x12 = _____________ 1 Aug 07 though 31 Jul 08 ____________ x12 = _____________ 1 Aug 08 though 31 Jul 09 ____________ x12 = _____________ TOTAL 1 AUG 04 through 31 JUL 09 _____________ STATEMENT OF WORK Pest and Rodent Control at Lake Martin Recreation Area 3 Mar 04 1.0 DESCRIPTION OF SERVICES 1.1 Pest and Rodent Control. Contractor shall provide all services and supplies necessary to eliminate all types of household pests (excluding, fleas, ticks, and termites) and rodents inside of and in close proximity to all buildings, domiciles, structures, and campsites at Lake Martin Recreation Area, in accordance with all Federal, State, and Local environmental guidelines and safety standards. Services will be considered acceptable if re-performance is not requested more than 2 times in any 30-day period, as required in the Service Delivery Summary (SDS). 1.2 Re-Performance. If pests or rodents are identified in any of the areas listed above, the Contractor shall be notified and shall respond within 24 hours to re-perform services as necessary at no additional charge. Failure to respond within 24 hours shall result in a reduction of the invoiced amount by the percentage created when the number of days late is multiplied by 1/30. After the 24 hour period expires but before 48 hours after the contractor is notified, the contractor is considered to be one day late. If re-performance is required more than twice in any 30-day period, the Contractor may be terminated for default. 2.0 GOVERNMENT FURNISHED FACILITIES AND PROPERTY No government furnished facilities or property are supplied to perform this SOW. 3.0 GENERAL INFORMATION 3.1 Billing Schedule. The Contractor shall invoice electronically in accordance with DFAR 252.232.7003 at the end of each month. 3.2 Hours of Operation. The Contractor shall perform services during the hours of 0800 to 1600, Monday through Friday. Access to the recreation area at any other time shall be coordinated through the park manager/assistant manager. 3.3 Service Schedules. The Contractor shall coordinate access to the recreation area through the park manager/assistant manager on site. The park manager/assistant manager shall be responsible for the acceptance of services. 3.4 Contractor Personnel. The Contractor shall provide a telephone number for the purpose of notification of re-performance requests. This telephone number is not required to be manned 24 hours per day, 7 days per week; an answering machine is sufficient. However, the 24-hour requirement for re-performance begins at the time the call is made, and will be recorded by the park manager/assistant manager. 3.5 Materials Safety Data Sheets (MSDS). The Contractor shall provide to the park manager/assistant manager 3 copies of the MSDS for all chemicals used during the performance of this contract. The Contractor shall use no chemical product until approved by Maxwell AFB Bioenvironmental personnel. 3.6 Security Requirements for Unclassified Services. 3.6.1. Service Provider Notification Responsibilities.. The service provider shall notify the Information Security Program Manager (ISPM) at each operating location 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of service provider representatives. b. The contract number and contracting agency. c. The reason for the service (i.e., work to be performed). d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 3.6.2. Obtaining and Retrieving Identification Media.. As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the service provider shall comply with the following requirements: a. The service provider shall obtain base identification and vehicle passes for all service provider personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Service provider personnel are required to wear or prominently display installation identification badges or service provider-furnished identification badges while visiting or performing work on the installation. b. The service provider shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of service provider employees needing access to the base. The letter will also specify the service provider individual(s) authorized to sign requests for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security forces for processing. When reporting to the pass and registration office for issue of a vehicle pass, service provider individual(s) shall provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. When reporting to the pass and registration office for issue of military issue identification credentials for access to the installation, service provider individual(s) will need a valid state or federal issued picture identification. c. During performance of the service, the service provider shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site d. Upon completion or termination of the service or expiration of the identification passes, the service provider shall ensure that all base identification passes issued to service provider employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the service provider individual authorized to sign request for base identification credentials indicating the badges and vehicle passes have been turned in. The DD Form 577 (signature card) for the service provider authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). e. Failure to comply with these requirements may result in withholding of final payment. 3.6.3. Pass and Identification Items. The service provider shall ensure the following pass and identification items required for service performance are obtained for employees and non-government owned vehicles: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). b. AETC Form 58, Civilian Identification Card (AETCI 36-3001). c. AF Form 2219 (series), Registered Vehicle Expiration Tab (AFI 31-204, Air Force Motor Vehicle Traffic Supervision). d. DD Form 2220, DoD Registered Vehicle and Installation Tab (AFI 31-204). e. AF Form 1199, USAF Restricted Area Badge, or locally developed badge. f. AF Form 75, Visitor/Vehicle Pass (AFI 31-204). g. DoD Common Access Card (CAC), (AFI 36-3026). 3.6.4. Suitability Investigations. Service provider personnel shall successfully complete, as a minimum, a National Agency Check (NAC), before operating government furnished workstations that have access to Air Force e-mail systems. These investigations shall be submitted by the government at no additional cost to the service provider. The service provider shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Electronic Mail (E-Mail) Management and Use, requirements. 3.6.5. Unescorted Entry to Restricted Areas. When work under this contract requires unescorted entry to controlled or restricted areas, the service provider shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Service provider personnel shall be the subject of a favorably completed NAC investigation to qualify for unescorted entry to a restricted area. In addition, the Air Force shall submit NAC investigations for service provider employees at no additional cost to the service provider. 3.6.6. Listing of Employees. The service provider shall maintain a current listing of employees. The list shall include employee's name, social security number, and date of investigation if service work involves unescorted entry to Air Force restricted or other sensitive areas designated by the installation commander. The list shall be validated and signed by the company Facility Security Officer (FSO) and provided to the contracting officer and ISPM prior to the service start date. Updated listings shall be provided when an employee's status or information changes. 3.6.7 Freedom Of Information Act Program (FOIA). The service provider shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The service provider shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, Section 8013. The service provider shall remove or destroy official records only in accordance with AFMAN 37-139, Disposition of Records—Standards, or other directives authorized in AFI 37-138, Records Disposition—Procedures and Responsibilities. 3.6.8. Reporting Requirements. The service provider shall comply with AFI 71-101, Volume- 1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Service provider personnel shall report to an appropriate authority, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, service provider personnel, resources, and classified or unclassified defense information. Service provider employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 3.6.9. Personnel Security. Service provider personnel requiring unescorted entry to controlled or restricted areas designated by the installation commander, shall comply with base access requirements. These requirements are contained in AFI 31-101, for installation access and AFI 31-501, for suitability determinations. 3.6.10. Security Manager Appointment. The service provider shall appoint a security manager for on-base service performance. The security manager may be a full-time position or an additional duty position. The security manager shall provide employees with training required by DoD 5200.1-R, Information Security Program Regulation, and AFI 31-401, Information Security Program Management. The service provider shall provide initial and follow-on training to service provider personnel who work in Air Force controlled/restricted areas. Air Force restricted and controlled areas are explained in AFI 31-101. 3.6.11. Additional Security Requirements. In accordance with DoD 5200.1-R and AFI 31-401, the service provider shall comply with AFI 33-202, Computer Security; AFI 33-203, Emission Security (EMSEC) Program; AFI 33-204, Information Protection Security Awareness, Training, and Education (SATE) Program; applicable AFKAGs, AFIs, and AFSSIs for Communication Security (COMSEC); and AFI 10-1101, Operations Security (OPSEC) Instructions. 3.6.12. Physical Security. Areas controlled by service provider employees shall comply with base Operations Plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The service provider shall safeguard all government property, including controlled forms, provided for service provider use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 3.6.13. Internal Operating Instructions. The service provider shall develop an Operating Instruction (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. The OI shall be written in accordance with AFI 31-101, the local base Operations Plan usually referred to as an OPLAN, and AFI 10-245, Air Force Antiterrorism (AT) Standards, and coordinated through the ISPM. 3.6.14 Entry Procedures to Controlled/Restricted Areas. The service provider shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 3.6.15. Key Control. The service provider shall establish and implement key control procedures in the Quality Control Plan to ensure keys issued to the service provider by the government are properly safeguarded and not used by unauthorized personnel. The service provider shall not duplicate keys issued by the government. 3.6.16 Lost Keys. Lost keys shall be reported immediately to the contracting officer. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the service provider. 3.6.17. Government Authorization. The service provider shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized service provider employees. Service provider employees shall not use keys to open work areas for personnel other than service provider employees engaged in performance of their duties, unless authorized by the government functional area chief. 3.6.18. Lock Combinations. The service provider shall establish procedures in local OIs ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. 3.6.19 Traffic Laws. The service provider and their employees shall comply with base traffic regulations. 3.6.20. Healthcare. Healthcare provided at the local military treatment facility on an emergency reimbursable basis only. Award will be made to the lowest priced offeror determined to be responsible by the Contracting Officer. The provision at FAR 52.217-5 applies to this acquisition. The Government will evaluate the price of offers, for award purposes, by adding the total price for all options to the total price for the basic requirement. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.farsite.hill.af.mil The provision at 52.212-1, Instructions to Offerors – Commercial Items (Jan 2004), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications – Commercial Items (Jan 2004) to include Alternate I (April 2002); DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act and Balance of Payments Program Certificate (Apr 2003). The FAR clause, 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following clauses: 52.204-4, Printed on Copied Double-Sided or Recycled Paper (Aug 2000), 52.217-8, Option to Extend Services, and 52.217-9, Option to Extend the Term of the Contract. The FAR clause, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2004) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-4, Notice to Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.223.3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.225-13, Restriction on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The DFARS clause, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2003) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 Electronic Submission of Payment Requests (Mar 2003). Note: Wide Area Work Flow (WAWF) registration can be obtained by accessing the internet, https://wwwf.eb.mil or by calling 866-618-5988. Registration must be completed before award. 252.243-7002, Request for Equitable Adjustment (Mar 1998); The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). CCR can be obtained by accessing the Internet, http://www.ccr.gov or calling 1-888-227-2423. The CCR number must be obtained before award can be made. The Defense Priorities Allocations System rating is S10. All quotes are due not later than 3:00 PM CST on 31 March 2004. Quotes may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334. ATTN: Kathy Marquez, emailed to kathy.marquez@maxwell.af.mil or faxed to (334) 953-3527. Please email or fax questions to Kathy Marquez, Contract Specialist, to email address or fax number above. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 30-JUL-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-FOX51E40540100/listing.html)
- Place of Performance
- Address: Maxwell-Gunter Recreation Area (Lake Martin) 350 Air Force Road Dadeville, AL
- Zip Code: 36853
- Country: USA
- Zip Code: 36853
- Record
- SN00634416-F 20040801/040730215822 (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 |