Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOLICITATION NOTICE

S -- Integrated Pest Control Svcs Norfolk Dist - Package #1

Notice Date
9/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W9123617Q0021
 
Archive Date
10/3/2017
 
Point of Contact
Garland D Cooper, Phone: 7572017748, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
garland.d.cooper@usace.army.mil, Eartha.Garrett@usace.army.mil
(garland.d.cooper@usace.army.mil, Eartha.Garrett@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Statement of Work This is a combined synopsis/solicitation for commercial services, reference number W9123617Q0021, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures as authorized by FAR 13. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-94 and DFARS Change Notice 22 Dec 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The successful offeror shall accept the binding order by written acceptance of the SF1449 prior to undertaking performance. This RFQ is issued as a 100% set-aside for small business concerns. The NAICS code is 561710, and the small business size standard is 11 million dollars. The Wage Determinations applicable to this solicitation is 2015-4341 Rev 06, dated 07/25/2017. All questions are to be submitted 5 days prior to closing date of this announcement. Performance Work: USACE, 803 Front Street, Norfolk, VA 23510 See the attached Bid Schedule interested Offerors will have an opportunity to visit the above locations in order to assist in bid preparation from 12 - 15 Sep 2017 during regular business hours. Please see the attached Location Detail document for coordinating POC information. Site Visit POC: Mike Sigler @ (757) 201-7314 The proposed contract contains provisions for a One (1) year Base Period with four (4) - 1 year Option Period, and the contract is anticipated to start 1 Oct 2017. Unless otherwise specified in the proposed contract resulting from this solicitation, the Government is responsible for the performance of all inspection requirements and quality control. Inspection and Acceptance shall be at destination by the Government. Quote Submission Requirements When submitting pricing for consideration, please provide a complete Bid Schedule of prices for the Government to determine if your proposal is fair and reasonable for the Base Period and all applicable Option Periods. Failure to address any of these areas of this RFQ may result in an "unacceptable" rating and disqualification for award. Proposals submitted will be evaluated by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation offers the lowest price. Offerors shall provide the following company information: Company Name Address City State CAGE Code DUNS TIN Website Point of Contact Name Phone Email Clauses incorporated by Reference The following FAR provisions and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.204-7, System for Award Management 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.203-6, Restrictions on Subcontractor Sales to the Government 52.208-9, Contractor Use of Mandatory Sources of Supply or Services 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.243-Alt 1, Changes--Fixed Price 52.217-8, Option To Extend Services 52.217-9, Option To Extend The Term Of The Contract 52.252-2, Clauses Incorporated By Reference 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests for Equitable Adjustment The above provisions and clauses can be found at http://farsite.hill.af.mil. All firms must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/. Registration is free and can be completed online. This acquisition is set aside for the exclusive participation of small business concerns, provided that a minimum of two quotes, in accordance with this combined synopsis/solicitation, are received from responsible small business concerns whose quotes meet the solicitation requirements. If the Government receives only one such responsive quote from a small business concern, the Government reserves the right to make award to this source's quote or to withdraw the small business set-aside and award on the basis of full and open competition to any responsible offeror (including large business concerns). This announcement will close and quotes are due by 14:00 PM (EST) 18 Sep 2017. Late quotes will be handled in accordance with 52.212-1(f). Signed and dated offers, to include a complete listing of all items, must be submitted to US Army Corps of Engineers, Norfolk District Contracting Office, Attn: Garland Cooper, Phone (757) 201-7748, E-mail garland.d.cooper@usace.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers shall be submitted via E-mail only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123617Q0021/listing.html)
 
Place of Performance
Address: 803 Front Street, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN04660888-W 20170907/170905231352-cc210dfd60927d2e8e1a4e513a1ee988 (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.