SOLICITATION NOTICE
S -- Pest Control Service onboard US Naval Aircraft Carrier.
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- N62793 Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, VA 4101 Washington Avenue Bldg. 2 Newport News, VA
- ZIP Code
- 00000
- Solicitation Number
- N6279310RA126
- Response Due
- 9/8/2010
- Archive Date
- 10/11/2010
- Point of Contact
- LS1 Tamar Stewart 757-534-2030
- E-Mail Address
-
tamar.stewart@supshipnn.navy.mil
(tamar.stewart@supshipnn.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 001. Pest Elimination Service for 12 months starting 1 Oct 2010 thru 30 Sep 2011 SEE ATTACHMENT 12 mths 002. Fly light Program for 12 months starting 1 Oct 2010 thru 30 Sep 2011 SEE ATTACHMENT 12 mths USS Theodore Roosevelt CVN-71 Pest Control Scope of Work Document CONTRACTED SERVICES: Monthly pest control Service: This will include a minimum of one but not to exceed two sprays monthly. The Ship has been divided into nine (9) zones. Each zone is estimated to be approximately 45K square feet. Contractor is responsible for treatment of one zone per month. If a zone is non - serviceable due to heavy construction or other shipyard work, the ship reserves the right to cancel scheduled spray work or the ship may designate a different zone for service. The ship will provide 72 hours notification if a zone can not be serviced due to interference. 1. Sanitation and Structural Inspection: All areas of the facility will be inspected and serviced monthly and a detailed service report will be submitted. Inspected areas will include: All Food Service areas onboard USS Theodore Roosevelt to include but not: limited the following : All Foodservice dining facilities to include Wardroom I & II, Wardroom III, CPO Mess, Aft Crews Mess, FWD Crews Mess, Flag Mess and CO Mess All Foodservice Galley space to include : Wardroom I & II, Wardroom III, CPO Mess, Aft Crews Mess, FWD Crews Mess, Flag Mess and CO Mess All bathroom and shower spaces All berthing and staterooms All Foodservice related stowage areas and storerooms All waste processing rooms All foodservice related package conveyors units and associated trunk spaces. All Pest Control Spray (PCS) Reports shall be submitted electronically to the Food Service Officer within 72 hours after each spray event. The PCS Report: shall contain detail conditions, found, including pest types, structural and sanitation issues. The report must list recommended and appropriate actions consistent with Federal, State and Military P5010.E guide lines and those instruction consistent with, Joint Commission on Accreditation of Healthcare Organizations, and Occupational Safety and Health Administration standards. The contract or shall make every attempt to communicate in person or in writing with the FSO prior to and immediately after service and will include all documentation in the Electronic PCS Report. 2 2. Cockroach Program Contractor's Pest Control Spray Program must be in accordance with proven Integrated Pest Management Technology that emphasizes minimal use of pesticides. If cockroaches are present, the contractor will discreetly apply the necessary bait, residual, contact and dust insecticides into cracks, crevices and voids where cockroaches may hide. The service must also focus on target areas listed under Sanitation and Structural Inspection monthly or as needed. Residual, dust, or contact insecticide treatments will be limited to application within food service spaces located between frames 2-128-0-L to 2-165-0-L and all other areas specified in this agreement. If cockroaches are in sensitive areas such as Reactor or other Engineering spaces, bait will be placed out of sight of Northrop Gremlin Shipbuilder and Navy Personnel. Contractor will use Fast-acting proprietary bait and fumigation agents during the initial service to eliminate cockroaches quickly. All baits and fumigation product's Material Safety Data Sheet (MSDS) will be submitted to the ship's Industrial Hygienist Officer, Hazardous Material Officer and Safety Officers prior to use onboard CVN 71. In addition, all baits must be odorless, nonflammable, and noncorrosive, have no inhalation hazard and are classified as category IV pesticides, the lowest EPA toxicity rating. Only the minimal amount of insecticide required will be used, and all materials will be EPA- approved and applied according to the label, laws and regulations. All insecticide applications will be recorded in the PCS Report. 3. Checkpoint Roach Program lnterior: Contractor will place and maintain interior bait stations and will accurately state location of such stations on the PCS Report. These stations will be maintained and serviced on a monthly base. In addition, baits will ONLY be used as needed and placed discreetly. 4. Fly Light Program The Contractor will provide service and maintain a total of fourteen (14) Stealth Fly Lights throughout the contract period, Four (4) lights each in the Mess Deck and Ten (10) in the Main Galley. 5. Access to Ship Contractor and all associated workers shall be in possession of an official Northrop Grumman Contractor Badge prior to gaining access to the shipyard. Contractor is solely responsible for ensuring all workers meet the Navy's and shipyard's requirements for gaining access to the ship. Each contractor employee must be in possession of all required personal protective equipment (PPE) in accordance with all Northrop Grumman Shipbuilders and USS Theodore Roosevelt CVN 71 safety policies at all times while on site. 6. Times and Dates Contractor shall conduct al l pest control sprays between the hours of 3:30 p.m. and 10:00 p.m. unless otherwise stated. Contractor will be available on dates supported by both USS Theodore Roosevelt and Northup Grumman Shipbuilder's schedule. 7. Personnel and company vehicle policy Contractor will be solely responsible to ensure all company vehicles have proper shipyard permits. Theodore Roosevelt will not be responsible for process or submission of any documents to add in contactor access requirements. Services to begin 1 Oct. 2010. Vendor is required to have security clearance to enter shipyard. 12 months This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is N62793-10-R-A126 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 2005-34. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. FOB Destination shall be Newport News, VA 23607 The USN NAVSEA SUPSHIP Newport News requires the following services listed above to Meet or Exceed the listed requirements. ***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 to. Questions not received within a reasonable time prior to close of the solicitation may not be considered. If site vitit required, contact LS1 Tamar Stewart at 757-534-2030 or email at tamar.stewart@supshipnn.navy.mil.*** All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid to LS1 Tamar Stewart. 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. Pest Services must begin 01 October 2010 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. Additional Info: Joyce Williams Contracting Officer Address: 4101 Washington Ave Bldg 2, Newport News, VA 23607 Place of Performance: Newport News, VA 23607 23607-2787 US Point of Contact(s): Name: joyce.williams@supshipnn.navy.mil, 757-380-4423
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N6279310RA126/listing.html)
- Place of Performance
- Address: 4101 Washington Ave.
- Zip Code: , Newport News, VA
- Zip Code: , Newport News, VA
- Record
- SN02266566-W 20100904/100903000446-b5eadc020268ed658b3ed85af4f4deb7 (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 |