Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOURCES SOUGHT

S -- Pest Control Services, Various Location, Oahu, HI

Notice Date
2/16/2024 11:50:13 AM
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247824R2422
 
Response Due
3/2/2024 1:59:00 AM
 
Archive Date
03/02/2024
 
Point of Contact
Nhung Bui
 
E-Mail Address
nhung.h.bui.civ@us.navy.mil
(nhung.h.bui.civ@us.navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. The Contractor shall provide all labor, transportation, equipment, materials, tools, supplies, supervision, and administration services needed to provide Indefinite Delivery Indefinite Quantity Pest Control Services at Various Locations, Oahu, Hawaii. The work includes, but is not limited to: (1) Structural Pests: Termites and other wood destroying organisms. Vertebrae pests: Commensal rodents, birds, and other pest vertebrae animals. (2) Soil Treatment Subterranean Termite Control: The work may include removing the existing, finish flooring materials, drilling holes through existing concrete floor slab and perimeter trenching along exterior foundations; drilling holes in hollow block tile walls below grade; treating ground area beneath concrete slabs and perimeter trenches with a soil termiticide, backfilling trench and patching concrete slabs and finish floor materials; and all other miscellaneous work required to facilitate and complete the soil treatment as listed on the task order. There are various types of military facilities that require different levels of effort to complete the soil treatment: slab on grade, reinforced concrete slabs, post-tensioned slabs, pier and grade beam foundation, and platform foundation. The Contractor shall be familiar with the work involved for each type of construction and be able to complete the treatment in accordance with the terms of the contract. (3) Tent Fumigation: The fumigation of buildings shall follow procedures and regulations in normal industry practices and manufacturer instructions. (4) Colony Elimination System: The work includes installation of a complete termite colony elimination system or bait system to provide protection of structures from subterranean termite colony attack and subsequent damage. (5) Bird Control Services: The Contractor shall provide all labor, equipment, and materials necessary to perform bird control services as defined in the task order. The work may be performed in and around high pedestrian traffic areas. Bird control services may include: Providing administrative submittals, removing bird roosting, nesting and debris for satisfactory installation of bird control services (Initial Removal); cleaning up fecal matter, egg shells, and debris (Clean-up Services); eliminating bird mites; providing quarterly inspections and remedial services. (6) Consultation Services: The Government may order consultation services in the field of entomology for locations within the scope of this contract. The Government may ask for the entomologist observations and recommendations and require the submittal of a report. Consultation services shall be by or under the direct supervision of the Contractors entomologist. (7) Dog, Cat, and Rodent Control Services and Insect Control Services: The work may include dog, cat, rodent, and insect control services. All work shall be completed in accordance with Federal, State, local, and installation laws and requirements. 3. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561710 and the annual size standard is $17,500,000. 4. Interested sources capable of providing the required services must respond by e-mail to nhung.h.bui.civ@us.navy.mil no later than 01 March 2024. Interested sources shall provide their responses using Attachement S-1. 5. No other information is required at this time. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a solicitation. Based upon the responses received, the Government will determine the set-aside method for the procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/264ecdd7261e4ea6906eae7c0572a581/view)
 
Place of Performance
Address: HI 96818, USA
Zip Code: 96818
Country: USA
 
Record
SN06969458-F 20240218/240216230100 (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.