Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2006 FBO #1565
SOLICITATION NOTICE

R -- Pest Control

Notice Date
3/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1006Q0703
 
Response Due
3/29/2006
 
Archive Date
4/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for pest control services prepared in accordance with the format in 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. The solicitation number is HSBP1006Q0703 and this solicitation is issued as a request for quote. The Closing Date and Time for this solicitation is March 29th, 2006 at 3:00 PM AZ Time. Emailed solicitations need to be sent by March 28th, 2006 at 3:00 PM AZ Time according to FAR Subpart 15.208. It is the responsibility of the sendor to insure the offer has been received. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents and to review the full copy solicitation. This requirement is solicited as a Small Business Set-aside. The NAICS code is 561710 with a size standard of $6.5 million. Contractors are still required to identify their company's business size even though unrestricted via their representations and certifications. The description of the requirements are located in the Statement of Work below. Services performed are for: Customs and Border Protection; Tucson Sector Border Patrol Stations; at various locations as listed in the Statement of Work. This combined synopsis/solicitation notice for pest control services is for approximately 10 to 15 locations, locations may increase or decrease according to the mission requirements. The anticipated contract will be for a base period from the date of award until close of fiscal year at 09/30/2006 plus three option years. Evaluation of Options 52.217-5 and 52.217-9 Option to Extend the Term of the Contract applies. All quotes for this solicitation must quote a price for the base period and the three option years, subject to FAR 52.232-19 Availability of Funds for the Next Fiscal Year.(Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2006. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2006, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Provisions at 52.212-1 Instructions to Offerors-Commercial and 52.212-2 Evaluation-Commercial Items (Jan 1999) as amended. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors along with the price shall be used to evaluate offers: 1) Quality of Service 2) Timeliness of Performance 3) Business Relations. Each proposal will be evaluated independently. No mergers of solicitations will be accepted. Contact the contract specialist shown below for a complete copy of this solicitation. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items should be submitted with the Contractor's responses/quotes. Clause 52.212-4 Contract Terms and conditions-Commercial Items and clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation. These provisions and clauses are incorporated by reference. The Service Contract Act of 1965 as amended applies to this requirement. Quotes shall incorporate the minimum wage for (Occupation code 11270 Pest Controller) for the following Arizona Counties of Cochise, Graham, Greenlee, Pima, and Santa Cruz at $12.36; per Department of Labor Wage Determination Number 94-2025 Rev. 33. Only complete offers returned will be accepted. Information regarding this solicitation shall be directed to Tracy Kuiper, Tracy.Kuiper@dhs.gov. Requests for this solicitation shall only be sent by email with a cc. to the Alternate POC Lorie.Derr@dhs.gov. Outstanding Proposals are due by 3:00 PM Arizona Time on March 29th, 2006 at 3:00 PM AZ Time. Emailed solicitations need to be sent by March 28th, 2006 at 3:00 PM AZ Time according to FAR Subpart 15.208. Facsimile returned proposals 52.215-5 are acceptable, fax to 520-883-0628, Attn: Tracy Kuiper. All submitted proposals shall be by facsimile or E-mail to: Tracy.Kuiper@dhs.gov. Place of Performance: Arizona Counties of Cochise, Graham, Greenlee, Pima, and Santa Cruz. This contract is for a base year starting upon contract award until September 30, 2006 and 3 Option Year periods as follows: Base Year: Contract Award Date through Sep. 30, 2006 Option Year I: Oct 1, 2006 through Sep. 30, 2007 Option Year II: Oct 1, 2007 through Sep. 30, 2008 Option Year III: Oct 1, 2008 through Sep. 30, 2009 The contract awardee will perform pest control services according to the below Statement of Work for Tucson Sector Border Patrol Stations. STATEMENT OF WORK: Contractor shall provide all travel, labor, materials and equipment to accomplish pest control service according to the below statement of work for the U. S. Border Patrol for the locations listed. 1. EXTERIOR TREATMENTS: The exterior treatment will consist of inspecting all building exteriors and areas adjacent to the structures. During this inspection, insect resource and reservoir sites will be identified and serviced in an appropriate manner. Servicing may include residual spot treatment, baiting, or granulation, or other applications as required. Additionally, conditions conducive to insect/rodent habitation will be identified and reported to the Contracting Officers Technical Representative (COTR). 2. INTERIOR TREATMENTS: Interior treatment will involve a visual inspection of all buildings within the complex. Monitors will be placed in discreet areas where infestations are most likely to occur. When activity is observed, treatment will be rendered using non-chemical methods when possible and chemical methods when required. Additionally, conditions conducive to insect/rodent habitation will be documented and reported to the COTR. These methods are to ensure that chemicals (if needed) are applied to the areas where insects breed/harbor and virtually eliminate odors and chemical exposures normally associated with pesticide applications. 3. SERVICE SCHEDULE: Service will be performed monthly on a regular scheduled basis, the same day each month (i.e. first Monday, second Wednesday, etc.) If the regular scheduled day falls on a holiday, prior arrangements for rescheduling service will be made. A copy of the service schedule will be submitted with this proposal. 4. SERVICE PERSONNEL: Service shall be performed by a specially trained Arizona State Certified Technician, who will report to the COTR at each Border Patrol Station location or office at the beginning and end of each service call. a. All service slip/invoices must have a certified signature by the COTR for each office or building certifying that service has been completed. IT IS IMPERATIVE THAT SIGNED SERVICE TICKETS BE FORWARDED TO TUCSON SECTOR BILLING TO ENSURE PAYMENTS ARE PROCESSED. Invoice(s) cannot be processed without the certified signatures. A list of appointed COTR's will be provided for each location at the time of award. b. A verbal and written report of findings and service will be provided at the end of each service to the COTR for each office or building. c. If sanitation or other in-house factors become a problem to the extent that the pest control contractor cannot maintain an effective pest control program, the contractor must notify the COTR so that the Border Patrol can ensure that these factors are corrected. 5. PESTS INCLUDED: a. Indoor populations of cockroaches (all species), crickets, ants, spiders, rats, mice and any other arthropod pest not specifically excluded from the contract. b. Populations of the above pests that are located outside of the specified building, but within the property boundaries of the buildings. c. Removal/eradication of bees, all species. d. Individuals of all excluded pest populations that are incidental invaders inside buildings. 6. PESTS EXCLUDED: a. Birds, bats, snakes, and other vertebrates. b. Termites and other wood destroying organisms. c. Mosquitoes, moths, flies, wasps. d. Pests that primarily feed on outdoor vegetation. 7. REMOVAL OF DEAD ANIMAL CARCASSES: The COTR shall request the contractor to dispose of dead animal carcasses on an as needed basis. 8. EMERGENCY SERVICE: Emergency service for covered areas and pests shall be addressed within eight (8) working hours of receipt of request at no additional charge to the Government. (Normal working hours is defined as 8:00 AM to 4:00 PM, Monday through Friday, excluding holidays). 9. SIGHTINGS SHEETS: Contractor shall provide U.S. Border Patrol with customer sighting sheets. This will allow employees to notify the COTR and he/she will report of pest sightings to the contractor. 10. PESTICIDE USE: The contractor shall adhere to the following rules for pesticide use: a. Approved Products: The contractor shall not apply any pesticide product that has not been submitted with their proposal, or approved in writing by the Border Patrol. b. Pesticide Storage: The contractor shall not store any pesticide product on the Border Patrol premises. c. Application by Need: Pesticide application shall be according to need and not by schedule. As a general rule, application of pesticides in any inside or outside area shall not occur unless visual inspections or monitoring devices indicate the presence of pests in that specific area. Preventative pesticide treatments of areas where surveillance indicates a potential insect or rodent infestation are acceptable on a case by case basis. Written approval must be granted by the COTR for any preventative pesticide application. d. When pesticide use is necessary, the contractor shall employ the least hazardous material, most precise application technique, and minimum quantity of pesticide necessary to achieve control. 11. INSECT CONTROL: a. The contractor will use non-pesticide methods of control whenever possible. For example: (1) Portable vacuums rather than pesticide sprays shall be used for initial clean-outs of insect infestations. (2) Spiders in webs will be physically removed using brooms, etc., rather than pesticide sprays. b. When it is determined that a pesticide application is necessary, the following rules will apply: (1) Crack and crevice applications. The contractor shall apply all insecticides as "crack and crevice" treatments only. Crack and crevice is defined in this contract as treatments in which the formulated insecticide is not visible to a bystander before, during, or after the application process. (2) Insecticide Bait Formulations. Bait formulations shall be the primary means for indoor insect control. (3) Monitoring: Sticky traps shall be used to guide and evaluate indoor insect control efforts whenever necessary. (4) Application of Insecticides to Exposed Surfaces or as Space Sprays: Application of insecticides to exposed surfaces or as space sprays (including fogs, mists and ultra-low volume applications) shall be restricted to unique situations where no alternative measures are practical. The contractor shall obtain approval from the COTR prior to any application of insecticide to any exposed surface or any space spray treatment. No surface application or space spray shall be made while tenant personnel are present. The contractor shall take all necessary precautions to ensure tenant and employee safety, and all necessary steps to ensure the containment of the pesticide to the site of application. 12. RODENT CONTROL: Indoor Trapping: Rodent control inside occupied buildings will be accomplished using trapping devices only. All traps will be concealed out of general view and in protected areas so as not to be affected by routine cleaning and other operations. Traps will be checked on a scheduled basis approved by the COTR. The contractor shall be responsible for disposing of all trapped rodents and all rodent carcasses in an appropriate manner. 13. USE OF RODENTICIDES: All rodenticides, regardless of packaging, shall be placed in locations not accessible to children, pets, wildlife and domestic animals, or in Environmental Protection Agency (EPA) approved tamper resistant bait boxes. 14. USE OF BAIT BOXES: Frequency of bait box servicing will depend upon the level of rodent infestation. All bait boxes shall be maintained in accordance with EPA regulations, with an emphasis on the safety of non-target organisms. The contractor shall adhere to the following: a. All bait boxes will be placed out of the general view, in locations where they will not be disturbed by routine operations. b. The lids of all bait boxes shall be securely locked or fastened shut. c. All bait boxes shall be securely attached or anchored to the floor, ground, wall, or other immovable surface, so the box cannot be picked up or moved. d. Bait shall be secured (with wire or other appropriate means) within the bait box within the baffle protected feeding chamber of the box and never in the runway of the box. e. All bait boxes will be labeled on the inside with the contractor's business name and address and dated by the contractor's technician at the time of installation and servicing. f. In order to measure effectiveness of rodenticide baiting program, on each service visit contractor will record bait consumption for each bait station serviced. Bait consumption reports will be forwarded to the COTR. 15. WARRANTY: All regular services for covered pests will be warranted for 30 days after treatment. 16. SUBMITTALS: Sample of reporting system to include sample bait consumption forms. a. List of chemicals that can be used during service by brand name and type of formulation must be submitted with the offer package along with Material Safety Data Sheets (MSDS). b. Names and Certification numbers of personnel to be working on the Border Patrol sites and to include entomologist staff. c. Copy of license. 17. ADDITIONAL SERVICES: Nonscheduled items serviced inbetween regular scheduled services. Items listed below will be requested by the COTR. All additional services that are not resolved on the initial visit and an additional visit is necessary "call back", shall be on a "no charge" basis. The COTR is responsible for insuring additional funds are available for all additional services. Additional Services shall be serviced with a Firm-Fixed Price all charges shall include all travel/mileage, labor, materials and equipment to accomplish the service in one visit for any location listed in Section 19. a) Disposal of Carcusses: Base Year $ -------------- JB 1st Option Year $ -------------- JB 2nd Option Year $ -------------- JB 3rd Option Year $ -------------- JB b) Emergency Pest Service: Base Year $ -------------- JB 1st Option Year $ -------------- JB 2nd Option Year $ -------------- JB 3rd Option Year $ --------------- JB c) Bee Service: Base Year $ -------------- JB 1st Option Year $ -------------- JB 2nd Option Year $ -------------- JB 3rd Option Year $ -------------- JB 18. SITE VISIT CERTIFICATION NOTE You will need to turn this site visit certification in with your offer. FIRM: ---------------------------------------------------------- ADDRESS: --------------------------------------------------- CITY/STATE: -------------------- ZIP CODE: -------------- I hereby certify that: I have visited each job site; as indicated below and have a complete understanding of all specifications, terms and conditions of the request for offer and; The price(s) are firm as submitted. Contractor's Signature: -------------------------------------- Title: --------------------------------------------------------------- Date: ------------------------------------ SITE ON-SITE COTR DATE 1) AIR OPS ------------------------------------ ---------------------- 2) AJO ------------------------------------ ---------------------- 3) DOUGLAS ------------------------------------ ---------------------- 4) DGL GAR ------------------------------------ ---------------------- 5) NCO ------------------------------------ ---------------------- 6) NGL ------------------------------------ ---------------------- 7) SON ------------------------------------ ---------------------- 8) SPEC OPS ------------------------------------ ---------------------- 9) HDQTRS ------------------------------------ ---------------------- 10) TUS ------------------------------------ ---------------------- 11) WCX ------------------------------------ ---------------------- 19. SERVICE LOCATIONS - BASE YEAR NOTE: All building data are estimated square feet gross area. LOCATION 1: AIR OPS TOTAL MONTHLY CHARGE FOR AIR OPS: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- AIR OPERATION (AIROPS) 2000 & 2020 East Airport Drive Tucson, AZ 85706 Point of Contact (POC): Mark Johnson, PH: 520.975.9570 BUILDING DATA: 2000 E. Airport Road, Hangar 1, 1,363 SF 2020 E. Airport Road, Hangar 2, 3,080 SF LOCATION 2: TOTAL MONTHLY CHARGE FOR AJO: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- AJO STATION 850 N. TUCSON/AJO HWY AJO, AZ 85321 POC: Bill Burke, PH: 520.387.7002 BUILDING DATA: 3,489 SF LOCATION 3: DOUGLAS TOTAL MONTHLY CHARGE FOR DOUGLAS: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- DOUGLAS STATION 1608 Kings Highway Buildings A, B, C Douglas, AZ 85607 POC: Rey, Montoya, PH: 520.805.6900 BUILDING DATA: Buildings A,B,C = 52,000 SF LOCATION: 4: DOUGLAS GARAGE TOTAL MONTHLY CHARGE FOR DGL (GAR): $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- DOUGLAS STATION (GARAGE) 1051 LAWRENCE AVENUE DOUGLAS, AZ 85608 POC: Rey, Montoya, PH: 520.805.1930 BUILDING DATA: ADP, 672 SF Communication, 800 SF Detention Modular, 2,160 SF Electronics Trailer, 672 SF Fire Arms Trailer, 924 SF Garage, 405 SF Main Building, 5,837 SF Supervisor Modular, 1,200 SF Training Modular, 1,200 SF LOCATION 5: NACO TOTAL MONTHLY CHARGE FOR NCO: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- NACO BORDER PATROL STATION 2136 NACO HWY BISBEE, AZ 85603 POC: Joe Urena, PH: 520.432.5121 BUILDING DATA: Electronics, 1,200 SF Garage Office & Wash Rack, 625 SF Main Building 1; 3,611 SF Training 2; 1,200 SF Muster Room #3; 1,200 SF Locker Room Modular 4; 720 SF LOCATION 6: NOGALES TOTAL MONTHLY CHARGE FOR NGL: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- NOGALES BORDER PATROL STATION 1500 W. La Quinta Road Nogales, AZ 85621 POC: Dave Stasinski, PH: 520.432.5121 BUILDING DATA: 59,086 SF LOCATION 7: SONOITA TOTAL MONTHLY CHARGE FOR SON: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- SONOITA BORDER PATROL STATION 3225 HWY 82 SONOITA, AZ 85637 POC: Keith Casiraghi, PH: 520.455.5051 BUILDING DATA: 4,000 SF LOCATION 8: SPECIAL OPERATIONS TOTAL MONTHLY CHARGE FOR SOPS: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- SPECIAL OPERATIONS/Training (Silverbell) 3200 North Silverbell Tucson, AZ 85745 POC: Ray Rojas, PH: 520.294.0200 or BUILDING DATA: Administration Bldg, 2,648 SF Training, Bldg 2; 3,829 SF Muster/ Locker Rooms, 3,881 SF Building 6; 292 SF LOCATION 9: HDQTRS TOTAL MONTHLY CHARGE FOR HQ: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- TUCSON SECTOR HEADQUARTERS 2010 WEST AJO WAY TUCSON, AZ 85713 POC: Patrick Cashin, PH: 520.670.6871 BUILDING DATA: Detention Bldg 3 = 3,705 SF Communication Bldg 4 = 1,712 SF Asset Forfeiture Bldg 5 = 1,056 SF PIO Office Bldg 6 = 904 SF ADP Bldg 7 & 7A = 1,741 SF Procurement/Budget, Bldg 8 = 2,410 SF Fitness CTR Bldg 9 = 922 SF LOCATION 10: TUCSON HEADQUARTERS TOTAL MONTHLY CHARGE FOR TUS: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- TUCSON STATION (DAVIS-MONTHAN AFB) 2430 SOUTH SWAN ROAD TUCSON AZ 85711 POC: Kathy Splittstoesser, PH: 520.484.4100 BUILDING DATA: Main Building 1 = 21,311 SF Processing Building 2 = 3,000 SF Evidence / Tech Building 3 = 1,200 SF LOCATION 11: WILLCOX TOTAL MONTHLY CHARGE FOR WCX: $ ---------- TOTAL CHARGE FOR 7 MONTHS: $ ---------- WILCOX BORDER PATROL STATION (NOTE: Location will be changed in one month) a) 200 DOWNEN (01 Mon.) b) 530 EAST GRANT (06 Mon.) WILLCOX, AZ 85643-2742 WILCOX AZ 85644 POC: Carol Dickson, PH: 520.384.2412 BUILDING DATA: Bldg a) = 3,255 SF Bldg b) = 9,140 SF
 
Place of Performance
Address: Throughout Tucson Sector Border Patrol Stations
Zip Code: 85713
Country: United States
 
Record
SN01001955-W 20060310/060308211600 (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.