Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2012 FBO #3975
SOURCES SOUGHT

99 -- Integrated Pest Management Services

Notice Date
10/10/2012
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) West, Coast Guard Island, Building 54C, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
-_NA
 
Archive Date
11/10/2012
 
Point of Contact
Sherwin C. Turner, Phone: 5104373008
 
E-Mail Address
Sherwin.C.Turner@uscg.mil
(Sherwin.C.Turner@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (NOT A PRE-SOLICITATION NOTICE pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. Further, this notice is issued by the U.S. Coast Guard Shore Infrastructure Logistics Center (SILC) to identify sources capable of providing Integrated Pest Management and Disease Vector Control which may call for the suppression of all insects, arachnids, rodent populations, and any other pests not specifically from any subsequent contract at the US Coast Guard Air Station Sitka Facilities located in Sitka AK for a base (year) and four (4) option years, if exercised by the Government, beginning approximately 1 April 2012. The annual value is projected between $30,000 and $36,000 and will consist of servicing at least six (6) facilities within the U.S. Coast Guard Air Station, Sitka Alaska. A solicitation will be issued shortly and will be synopsized on the FedBizOps Electronic Posting System at www.fbo.gov. It is the potential offerors responsibility to monitor this avenue for release of any solicitation or synopsis. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation FAR Part 12, Acquisition of Commercial Items and FAR Subpart 15, Contracting by Negotiation. In accordance with FAR 52.232-18, any subsequent contract will be subject to the availability of appropriated funds. The NAICS Code is 561710 with a size standard of $6.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in the SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/ Any interested firms capable of providing the aforementioned services are requested to respond via email to Sherwin.C.Turner@uscg.mil not later than 2:00 p.m., PST on 22 October 2012 with the following information: 1. Name of Company 2. Street Address of Company 3. DUNS number of Company 4. CAGE Code of Company 5. Name, phone number and email address of main and alternate points of contact. 6. Business Size/Status (Small, Large, WOSB, SDB, 8(a), SDVOSB, etc.) 7. Past performance information and a capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items/services and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Prospective Offerors shall furnish this information for at least three contracts, ongoing or completed within the last two (2) years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or Private Industry. Competition and set-aside decisions may be based on the results of this market research. Interested parties must be registered in Central Contractor Registration (www.ccr.gov or via www.sam.gov) as prescribed in FAR Clause 52.204-7 for their response to be considered. Respondents are advised the eventual solicitation will contain the clause FAR 52.219-14 "Limitations on Subcontracting (DEC 1996)" which stipulates at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The Government reserves the right to consider any arrangement as deemed appropriate for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/-_NA/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Air Station, 611 Airport Road, Sitka, Alaska, 99835, United States
Zip Code: 99835
 
Record
SN02911042-W 20121012/121010233935-de8296fc7fc12232c8ee87cc4f454465 (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.