Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2014 FBO #4704
SOURCES SOUGHT

S -- Integrated Pest Management - Example Capabilities Brief - DRAFT PWS IPM Service

Notice Date
10/9/2014
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
FA4814-IPM-SS
 
Archive Date
11/15/2014
 
Point of Contact
Yvette D. Prioleau, Phone: 8138284254, Daniel E. Abert, Phone: 8138283513
 
E-Mail Address
yvette.prioleau@us.af.mil, daniel.abert.1@us.af.mil
(yvette.prioleau@us.af.mil, daniel.abert.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: DRAFT Performance Work Statement (PWS) for Integrated Management Service Example Capabilities Brief Integrated Pest Management Service Solicitation Number: FA4814-IPM-SS Notice Type: Sources Sought Post Date: 9 October 2014 Response Date: 31 October 2014 Set Aside: To Be Determined (TBD) Classification Code: S - Utilities and housekeeping services NAICS: 565710; Exterminating and Pest Control Services Attachment 1: Draft PWS Attachment 2: Example Capabilities Brief Synopsis: Sources Sought Integrated Pest Management Service This is a Sources Sought Notice only, hereafter referred to as "SSN", which as part of market research, issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal/request for quote and no contract shall be resultant from this synopsis. The United States Air Force (USAF) is interested in determining the market capabilities to accomplish all tasks identified in the attached draft Performance Work Statement (PWS) which may change due to changes in Government standards and fiscal constraints. Respondents must provide a clear indication as to whether or not they can provide the services the Government is seeking in the attached draft PWS. A two (2) page capability statement is attached to this notice and responses may be provided using this example format or a comparable format that provides all the information requested. The 6th Contracting Squadron, MacDill AFB, FL is seeking capabilities from Small, Small Disadvantaged (SDB), 8(a), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUB Zone) businesses for the purposes of determining the appropriate level of competition for Integrated Pest Management Service IAW the attached draft PWS. The contractor shall provide all management, licenses, laboratory testing, tools, supplies, equipment, transportation and labor necessary to execute the Integrated Pest Management plan. Special qualifications are addressed in the draft PWS paragraph 4.10. Please note: It is not to be constructed as a commitment by the Government to issue a solicitation, or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this SSN. The Air Force will not be held responsible for any costs incurred by interested parties in responding to this SSN. PERFORMANCE LOCATION: MacDill AFB PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) twelve (12) month base contract period, with four (4) twelve (12) month option periods and a six (6) month extension of services period. The base year is anticipated to begin 1 October 2015. NAICS CODE: 561710; Integrated Pest Management Service SIZE STANDARD: $11M RESPONDENTS MUST PROVIDE THE FOLLOWING PERFORMANCE HISTORY FEDERAL: Provide examples of past and/or current (present to past 3 years) performance of projects over $1M, as a prime contractor, to include the following information: A. Contract identification number and type of contract (e.g. - FFP etc.) B. Title and brief summary of the project requirements C. Contracting agency or firm (Government or commercial) D. Value of contract(s) at award and on completion (include modifications) E. Points of contact on the projects with their telephone numbers and e-mail addresses F. Percentage of work completed as the Prime Contractor NON-FEDERAL: Provide examples of past and/or current (present to past 3 years) performance of projects over $1M, as a prime contractor, to include the following information: A. Contract identification number and type of contract (e.g. - FFP etc.) B. Title and brief summary of the project requirements C. Contracting agency or firm (Government or commercial) D. Value of contract(s) at award and on completion (include modifications) E. Points of contact on the projects with their telephone numbers and e-mail addresses F. Percentage of work completed as the Prime Contractor In accordance with FAR 52.204-99, contractors must be registered in the System for Award Management database via www.sam.gov. Interested parties shall not submit more than 15 single-sided, type-written pages using 12-point type or larger. Prime contractors, must be US-owned entities, who intend to submit any information for this sources sought are highly encouraged to submit information in accordance with the attached sample document (capabilities brief) by 12:00 p.m. EDT on 31 October 2014. If your company has an interest in proposing on the requirements described above please submit your information to TSgt Yvette Prioleau at yvette.prioleau@us.af.mil and Mr. Daniel Abert at daniel.abert@us.af.mil. Phone inquiries will not be accepted. This SSN does not constitute a commercial solicitation, and the Government will not pay for any information submitted or for any costs associated with providing the information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-IPM-SS/listing.html)
 
Place of Performance
Address: MacDill Air Force Base, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03547229-W 20141011/141009234734-c8505a6df48ec01e91ed3c6fdfef703c (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.