Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 30, 2023 SAM #8038
SOLICITATION NOTICE

S -- Annual pest control services for all CGBRU & SEWRU buildings on the Tifton, Ga ARS Research Facility

Notice Date
11/28/2023 11:59:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B24Q0025
 
Response Due
12/7/2023 2:00:00 PM
 
Archive Date
12/22/2023
 
Point of Contact
Richard Hawthorne
 
E-Mail Address
richard.hawthorne@usda.gov
(richard.hawthorne@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial goods and commercial services prepared in accordance with the format in FAR 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 12405B24Q0025 and is issued as a request for quotation (RFQ). The NAICS code is 561710 - Exterminating and Pest Control Services. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-01� The USDA, ARS, in Tifton, GA requires Annual pest control services for all CGBRU & SEWRU buildings on the Tifton, Ga ARS Research Facility. Provide all quotes as turn-key completed work. Work shall be accomplished in accordance with all local, state, and federal codes and regulations. Work shall be accomplished by certified technicians. Provide inspections, monitoring, pest control spraying and service calls for listed buildings. Provide deployment of pest control devices that rid all specified areas of pests including, but not limited to roaches, ants, flies, fleas, termites, nuisance animals (skunk/fox/etc) and other most likely threats. Pest control services should be rendered both inside the facilities/offices as well as the perimeter of each facility to properly treat each location. Best industry standards shall be followed at each location IAW the appropriate environmental regulations and laws of the governing authorities. Some buildings will require monthly service while others will require only quarterly service. A site visit is scheduled for 10am Monday, December 4th, 2023, at 2747 Davis Rd, Tifton, GA, 31793. Base Year: 12/11/23 to 12/10/24 Option Year 1: 12/11/24 to 12/10/25 Option Year 2: 12/11/25 to 12/10/26 Option Year 3: 12/11/26 to 12/10/27 Option Year 4: 12/11/27 to 12/10/28 (all dates are approximate and may change slightly depending on award date) Any quotes not meeting the minimum specifications will not be considered.� Please ensure all email correspondence includes the solicitation number in the subject line.� Emails without the RFQ number in the subject line may not be seen, read, and /or reviewed and therefore disqualified from consideration. ITEMS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead, to include: vendor�s SAM.gov UEI number, detailed service description to include methods that will be used to control pests, service schedule, all relevant certifications, and valid for at least 60 days after receipt of quote. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Products and Commercial Services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services. AGAR Clauses 452.211-70 Brand Name or Equal. 425.211-71 Equal Products Offered. 452.204-70 Modification for Contract Closeout As prescribed in USDA�s Contracting Desk Book 404.804 and 413.302-5, insert the following clause: MODIFICATION FOR CONTRACT CLOSEOUT (DEVIATION JULY 2022) �Upon contract closeout for contracts utilizing Simplified Acquisition Procedures (SAP) according to FAR part 13, (a) If unobligated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (CO) shall issue a unilateral modification for deobligation. The contractor will receive a copy of the modification but will not be required to provide a signature. The CO shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment. (b) If unobligated funds of more than $1000 remain on the contract, the CO shall issue a bilateral modification for deobligation. The contractor will receive a copy of the modification and will be required to provide a signature. (The CO may also request a Release of Claims be completed by the contractor, although not required for contract and orders using SAP.) If the bilateral modification and Release of Claims are not returned to the CO within 60 days, the CO shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.� (End of clause) QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.� DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.SAM.gov. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price, based on F.O.B. Destination. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. QUESTIONS REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov, NO LATER THAN 1:00 p. m. ET, December 6. 2023. Questions will only be accepted via email and WILL NOT be answered if received after this date/time. QUOTES REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov , NO LATER THAN 5:00 p. m. ET, December 7, 2023. Place of Performance: USDA-ARS 2747 Davis Rd Tifton, GA, 31793 Primary Point of Contact: Richard Hawthorne Purchasing Agent richard.hawthorne@usda.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f46e94c6c4549f9ae5558466dab4255/view)
 
Place of Performance
Address: Tifton, GA 31793, USA
Zip Code: 31793
Country: USA
 
Record
SN06895762-F 20231130/231128230042 (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.