Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2012 FBO #3994
SOURCES SOUGHT

F -- Pest Management Services

Notice Date
10/29/2012
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Polk, PO Drawer 3918, Fort Polk, Louisiana, 71459-5000, United States
 
ZIP Code
71459-5000
 
Solicitation Number
W9124E-13-B-0002
 
Archive Date
11/27/2012
 
Point of Contact
Matthew Wiggins, Phone: 3375310906
 
E-Mail Address
matthew.c.wiggins4.civ@mail.mil
(matthew.c.wiggins4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation or pre-solicitation and this notice does not guarantee that a solicitation will be posted in the future. This information is being submitted for the purpose of seeking sources only. Prospective offerors are requested to complete and return a Capabilities Statement as described below to determine which companies possess the capability, experience and financial ability to perform the proposed contract services. The U.S. Government is in no way obligated to do business with, or to enter into, any form of contract with any person, firm, or other entity that receives or responds to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Information obtained as a result of this notice will be used in completion of market research to determine the level of interest, particularly small business interest, in providing the required equipment as designated by the Government. REQUIREMENT: Mission Installation Contracting Command - Fort Polk, LA seeks small business sources that are able to provide pest management services for Fort Polk. The North American Industry Classification System (NAICS) code(s) should be classified under is 561710 (Exterminating and Pest Control Services) and corresponding Small Business Size Standard of $7.0 Million or less. The proposed contract, if awarded is anticipated to be a firm fixed price requirements type contract. SCOPE: The contractor shall furnish all labor, materials, supplies, equipment, personal protection equipment, clothing, and transportation to perform integrated pest management services in accordance post wide at Fort Polk, LA including Toledo Bend Recreation Site, Peason Ridge, MOUT Complex Site, Ranges, Bonner Lake and Alligator Lake, the Passenger Processing Facility at England Airpark, Alexandria, LA and other properties owned or leased by Fort Polk. This Scope of Work excludes the Family Housing Area. The work includes the performance of nuisance, structural, stored products, household pests, limited mosquitoes and biting flies, fly larvae, and other miscellaneous pest control services. The contractor's pesticide applicators shall be certified in accordance with State of Louisiana Commercial Applicator's License or EPA Plan accepted in the State of Louisiana or DOD Plan for Certification of Pesticide Applicators for the categories of pest control to be performed. Contractor employees shall be licensed and/or certified in the following EPA DOD categories: CATEGORY DESCRIPTION 5 Aquatic Pest Control 6 Industrial Institutional Structural Health Related Pest(including Wood-Destroying Vertebrate Pest Control and Fumigation) 8 Public Health Pest Control C The contractor shall provide an on-site contract manager during normal business hours, to conduct pest control operations who shall be responsible for the performance of work. The name of this person and an alternate that is also shall be designated in writing to the Contracting Officer and the Installation Pest Management Coordinator within 5 days of award of contract. The contractor shall provide a phone number for the contract manager and alternate during duty and non-duty hours. This individual shall be responsible for overall management and coordination of this contract and shall be available on-site within one (1) hour to meet with Government personnel designated by the Contracting Officer to discuss problem areas, and with corrective actions initiated within two (2) hours of notification. After normal duty hours, the contract manager or designated alternate shall be available on-site within two (2) hours. The contractor shall provide sufficient vehicles, equipment and supplies to perform required tasks. There may be multiple task orders issued. REQUEST FOR CAPABILITIES STATEMENT: Interested businesses should provide a capability statement which addresses their ability and experience to perform the services mentioned above. Request that your statement include the following information: (1) Company information: Name, address of company, point of contact, email address and phone number. (2) Company Cage Code and DUNS number to include a statement if your Company "Representations and Certifications" are current within the last one year through the SAM website (www.sam.gov). (3)Document identifying your company as small Business under the applicable NAICS code and Small Business from the following categories; 8a, HubZone, Service-Disabled Veteran Owned declaration, and Women Owned Small Business (WOSB). Provide all categories applicable (4) List of any previous or current contracts held, title of project, place of performance, a short narrative description of the services provided and customer contact information: Entity name, point of contact, phone number and email address. (5) If services can be provided under a GSA contract, provide the GSA contract number. (6) Statement that your company is capable of fulfilling this requirement. (7) Statement that your company would be interested in submitting an offer against a solicitation for this service. All interested parties are encouraged to email responses to Matthew Wiggins at email matthew.c.wiggins4.civ@mail.mil No Later Than 09:00 AM (Central Standard Time) 12 November 2012. NO TELEPHONIC COMMUNICATIONS WILL BE ACCEPTED. DISCLAMER: This is a request for information (RFI) and is issued solely for information and planning purposes only and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary or confidential will be treated accordingly. Information received in response to this RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4bfeb8dbb804dc9adff9a9b0f752f32b)
 
Place of Performance
Address: Mulitple, United States
 
Record
SN02921017-W 20121031/121029233827-4bfeb8dbb804dc9adff9a9b0f752f32b (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.