SOLICITATION NOTICE
S -- PEST CONTROL SERVICES- NAVAL SUBMARINE BASE NEW LONDON
- Notice Date
- 1/13/2022 5:27:48 AM
- Notice Type
- Presolicitation
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- 5908835
- Response Due
- 2/14/2022 11:00:00 AM
- Point of Contact
- Rebecca Dennison, Phone: 8606944528, Fax: 8606944565, Michael A Giangregorio, Phone: 8606944563, Fax: 8606944565
- E-Mail Address
-
rebecca.dennison@navy.mil, michael.giangregorio@navy.mil
(rebecca.dennison@navy.mil, michael.giangregorio@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PRE-SOLICITATION SYNOPSIS N40085-22-R-2589 13 January 2022 PEST CONTROL SERVICES NAVAL SUBMARINE BASE NEW LONDON NAVFACSYSCOM MIDLANT � PWD/FEAD Naval Submarine Base New London Building 135 Box 400 1st Floor Groton, CT 06349-5026 PSC: S207 NAICS: 561710 This is not a request for either a quote or proposal, or an invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential offerors of an upcoming FFP/IDIQ services requirement. The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items required to perform pest control services at Naval Submarine Base New London in Groton, Connecticut and associated facilities in New London and Stonington, Connecticut. The Government�s integrated pest management (IPM) program is intended to emphasize surveys, establish control thresholds, and maintain documentation to track the effectiveness and safety of control efforts.� IPM may include techniques such as education, habitat modification, biological control, genetic control, cultural control, mechanical control, physical control, regulatory control, and where necessary, the judicious use of least-hazardous pesticides.� Pesticides, when needed, shall be selected consistent with IPM principles in order to minimize negative impacts on human health and the environment. The Contractor shall perform pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control the following pests: --Nuisance, structure damaging, and disease vector and health arthropod and invertebrate pests cockroaches termites bees wasps ants fleas silverfish stored product pests mosquitoes bedbugs --Vertebrate pests mice rats bats feral dogs and cats other nuisance mammals pigeons and other nuisance birds The work identified is to be provided by means of a combination Firm-Fixed Price (recurring work)/Indefinite Quantity (non-recurring work) type of contract. �Source Selection procedures will be used to select the proposal that is the lowest priced technically acceptable (LPTA). �The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the proposal determined to have the lowest price while being technically acceptable. The North American Industry Classification System (NAICS) is 561710 �Exterminating and Pest Control Services� with a size standard of $12 million dollars.� The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), provides the lowest price while meeting the technical requirements. �The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. �The solicitation requires the evaluation of price and the following non-price factors: Factor 1 � Technical Approach, Factor 2 � Corporate Experience, Factor 3 � Past Performance, and Factor 4 � Safety. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. �The total contract term, including the exercise of any options, shall not exceed 60 months. �Only the base period of the contract will offer a minimum guarantee. This contract will replace a contract for similar services that ends 31 July 2022.� Additional information regarding the current contract will be included in the solicitation package.� The RFP will be made available in electronic format only (Adobe (.pdf)) and will be posted on the SAM.gov website mid-February 2022. �The estimated proposal due date shall be at least 30 days after the RFP is posted. The site address is https://sam.gov/content/home. �Notifications of any updates or amendments to the solicitation will be posted on the website only. �IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE SAM WEBSITE FOR CHANGES. �All prospective contractors are required to register in the System for Award Management (SAM) database. �Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/78447d8046bf4a7188aa8e25e005d3dc/view)
- Place of Performance
- Address: Groton, CT 06349, USA
- Zip Code: 06349
- Country: USA
- Zip Code: 06349
- Record
- SN06216885-F 20220115/220114120842 (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 |