Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2023 SAM #7995
SOURCES SOUGHT

S -- Pest Control Services at Portsmouth Naval Shipyard

Notice Date
10/16/2023 9:44:29 AM
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2515
 
Response Due
11/1/2023 12:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Kara A. Holwick, Jeannette Vincent
 
E-Mail Address
kara.a.holwick.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil
(kara.a.holwick.civ@us.navy.mil, jeannette.l.vincent.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. Naval Facilities Engineering Command Mid-Atlantic is seeking a Service-Disabled Veteran-Owned Small Business, certified HUB-Zone Small Business, certified 8(a) firm, Woman Owned Small Business, Small Disadvantaged Business AND/OR a Small Business with current relevant qualifications, experience, personnel and capability to perform this proposed project. This work will be located in Kittery, ME at Portsmouth Naval Shipyard. The Contractor will be required to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to perform pest control services at Portsmouth Naval Shipyard, Kittery, Maine. Portsmouth Naval Shipyard is an industrial complex that houses a variety of building types including but not limited to industrial production, child care services, housing, administrative offices, and medical buildings. The shipyard encompasses approximately 280 acres. A variety of pest control services are required at various level of control. 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: Unwanted vegetation and invasive plants Nuisance, structure damaging, lawn, turf and ornamental, and public health 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 Pest Control services do not include non-chemical vegetation control, i.e. mowing or trimming.� This is included in 1503050, Grounds Maintenance and Landscaping. The requirement is performance based. The anticipated award will be a base contract of 12 months with four (4), 12-month options. All Service-Disabled Veteran-Owned Small Businesses, certified HUB-Zone Small Businesses, certified 8(a) firms, Economically Disadvantaged Woman-Owned Small Business, Woman-Owned Small Businesses, Small Disadvantaged Businesses and/or Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondent will not be notified of the result of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUB-Zone Small Business, Economically Disadvantaged Woman-Owned Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business and/or a Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in March 2024. The appropriate NAICS Code is 561710 with a size standard of $17.5 million dollars. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum, the following: Examples of projects worked within the last five years of similar scope as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract related to the work described, and a Government Agency point of contact.� Company profile, to include number of employees, annual receipts, office location(s), DUNS number, and CAGE Code. Please indicate if you are an 8(a), HUB Zone, Service Disabled Veteran Owned, Economically Disadvantaged Woman-Owned, Woman-Owned, Veteran Owned and/or Small Business. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings. Responses must be received no later than 3:00pm Eastern Standard Time on 01 November 2023 and shall be emailed to the following: kara.a.holwick.civ@us.navy.mil. Questions regarding this sources sought notice may be addressed to Kara Holwick at kara.a.holwick.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0e99e424a1945699b7b673047e2735f/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06860664-F 20231018/231016230050 (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.