Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2024 SAM #8293
SOLICITATION NOTICE

S -- Mosquito Control Spraying

Notice Date
8/9/2024 12:34:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MD24Q0016
 
Response Due
8/9/2024 1:00:00 PM
 
Archive Date
08/24/2024
 
Point of Contact
Donna L Cohee, Phone: 7578247371
 
E-Mail Address
donna.l.cohee@noaa.gov
(donna.l.cohee@noaa.gov)
 
Description
SOLICITATION 1333MD24Q0016 Wallops CDA Station Mosquito Spraying This is a Request for Quotation (RFQ) for Station Mosquito Spraying. The solicitation is being issued as a total small business set-aside. The associated NAICS code is 561710 with a size standard of $17,500,000.00. Contractor selection for this acquisition will be made using a traditional approach under Simplified Acquisition Procedures. The domain for this effort is Wallops Command Data Acquisition Station (WCDAS). This will be awarded as a best value acceptable, firm-fixed price Purchase Order. You are requested to submit all technical support documents and full pricing quote for the effort described in the attached Statement of Work (SOW). STATEMENT OF WORK NOAA Wallops Command & Data Acquisition Station Requisition of Mosquito Spraying Background The NOAA Wallops Command and Data Acquisition Station (WCDAS), located in Wallops Island, Virginia, has a requirement for the periodic application of a mosquito control chemical throughout the WCDAS campus. All work shall be performed at the NOAA/NESDIS WCDAS, 35663 Chincoteague Road, Wallops Island, VA 23337. Objective The objective of this requirement is to protect the WCDAS personnel and visitors from mosquito borne diseases. Scope � All labor, materials, and application equipment for this requirement shall be provided by the contractor. Any work related to the tasks described herein shall be coordinated with Facility Management personnel and any deviation shall be made with the concurrence of both the contractor and the Government. The contractor must be a State of Virginia licensed pesticide applicator and be Certified as a Category 8 Public Health and Safety Commercial Applicator for Hire. � Site Visit can be arranged on a set date, if required. � Monthly Invoices for grouped visits. Requirements CLIN: Mosquito Control Application Spraying at the Wallops CDA Station 30 Visits per the Base year. Provide cost per visit. The contractor shall be responsible for the tasks described below: � The treatments shall be applied using Diesel-Powered Truck with Vehicle Mounted ULV (Ultra Low Velocity) Fogger. � These treatments shall be applied around all paved roads from the guard gate and around each antennae base and out to the second gate near Route 175. See attached map. Estimated paved roads at 3 miles.� The treatment shall be conducted using an Adulticide designed to target adult flying mosquitos � The treatment ULV Fogger shall be calibrated for application of treatment at 10 mph to provide a treatment area of 300 feet wide or 150' on each side of the vehicle. Treatments shall be conducted on an as needed basis at the discretion of the government. � All treatments shall be applied in accordance with the federal pesticide label and conducted between sunset and sunrise to reduce the possibility of the presence of pollinators during treatment times and also to target the largest group of adult flying mosquitos at or near dusk. Evaluation of Offers Each quote will be evaluated on an individual basis in accordance with the evaluation criteria outlined below in this document. Award will be made to the Contractor that offers the Best Value Technical Acceptable to the Government. Quotes will be evaluated based on the factors set below. Non-Price Factors: Technical Qualifications: Contractors are required to provide State of Virginia License for Pesticide Applicator, Certification of Category 8 Public Health and Safety Commercial Applicator and Proof of Workman�s Compensation and Liability Insurance. Technical Equipment: Contractor must provide equipment specification that meet the outlined specification as stated above. Documents such as manufacturer specifications of ULV and proof of calibration of ULV fogger to be included in offer. An adjectival method will be used to rate each factor: � Acceptable � The quote is satisfactory: It meets the technical specifications and contains little or no weaknesses and risks. Any weaknesses may not diminish the quality of services in some areas of performance and overall will not jeopardize performance. A rating of acceptable indicates a passing rating. � Unacceptable � The quote fails to adequately address the requirements and there is no probability of successfully satisfying the requirements. An unacceptable rating indicates deficiencies and major weaknesses, as well as numerous risks that would require extensive corrections or a complete rewrite of the quote. WCDAS, NOAA and DOC Safety, Security and Environmental Policies The contractor shall comply with all Station, NOAA, and DOC Safety, Security, and Environmental policies as provided by Facilities Supervisor or as otherwise required by law, rule, or regulation. The WCDAS Facilities Supervisor shall be given advanced notice of all persons planning to visit the Station while engaged in work under this statement of work (SOW). The notice shall be in the form of a request for access and shall include the first, middle, and last name of the visitor(s), the visitor�s employer, and the visitor�s citizenship. All workers must be legal US residents. These names, if approved, will be placed on the Station�s approved visitors access list for the period of time required to perform the work under this contract. The contractor and his/her employees shall read and understand the Station�s Visitors Policy. The contractor shall comply with all Station, NOAA, and DOC Safety, Security, and Environmental policies as provided by Facilities Supervisor or as otherwise required by law, rule, or regulation. The WCDAS Facilities Supervisor shall be given advanced notice of all persons planning to visit the Station while engaged in work under this statement of work (SOW). The contractor shall provide for the safety and health of their employees and provide all necessary personal protective equipment. Physical security requirements for Wallops site access will be met to accommodate contract personnel as escorted visitors in accordance to CAR 1352.237-71 Security Processing Requirements � Low Risk contracts. Any access by contract personnel who are Foreign Nationals shall be in accordance with the requirements of CAR 1352.237-73, Foreign National Visitor and Guest Access to Departmental Resources (APR 2010). The Information Technology (IT) Security Certification and Accreditation Requirements of Commerce Acquisition Regulations (CAR) 1352.239-73, clause 73, do not apply, and an IT Security Accreditation Package is not required. Liability The contractor shall provide proof of Workman's Compensation and Liability Insurance The contractor shall be fully liable for the conduct of their employees during the performance of this contract. The contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this agreement or to exercise reasonable care in performing the work. Period of Performance Applications will be performed as needed from 2024 through 2025 Technical Point of Contact: For technical direction and scheduling, the POC information is: Steven C. Schwartz 35663 Chincoteague Road Wallops Island, Virginia 23337 Office: (757) 824-7346 Email: steven.c.schwartz@noaa.gov All activities shall be coordinated with the above assigned point of contact. Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021). Responses are due by 4:00pm EST/EDT on 8/19/2024. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Your response, technical, and pricing should be forwarded electronically to the Contracting Officer via email no later than the date and time specified above. When responding, please include the Purchase Request (PR) number in the subject line. To verify receipt of your response, please contact me either by email or phone. Donna L. Cohee 757-824-7371 donna.l.cohee@noaa.gov FIRM FIXED PRICE CLIN: Mosquito Control Application Spraying - 30 Visit per the Base year at the Wallops CDA Station. Cost Per Visit: ___________. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to donna.l.cohee@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted. �THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT�. OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO donna.l.cohee@noaa.gov . QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00PM EST/EDT ON 8/16/2024. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a01dfff2650a416e81dc722989254753/view)
 
Place of Performance
Address: Wallops Island, VA 23337, USA
Zip Code: 23337
Country: USA
 
Record
SN07164138-F 20240811/240809230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.