Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
MODIFICATION

S -- PEST CONTROL SERVICES AND TREATMENT

Notice Date
8/1/2024 10:13:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0178
 
Response Due
8/8/2024 12:00:00 PM
 
Archive Date
08/23/2024
 
Point of Contact
Krishna Harriman, Phone: 5803313487
 
E-Mail Address
krishna.harriman@ihs.gov
(krishna.harriman@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0178.��Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is 100% Small Business Set-aside. The associated NAICS code is 561710. THE FOLLOWING WAGE DETERMINATIONS ARE APPLICABLE TO THIS ACQUISITION: Clinton/Custer County: ������������� Wage Determination No: 2015-5327 Revision No: 25 Dated 7/22/2024 El Reno/Canadian County:�������� Wage Determination No: 2015-5315 Revision No: 24 Dated 7/22/2024 Watonga/Blaine County: ���������� Wage Determination No: 2015-5321 Revision No: 25 Dated 7/22/2024 PERIOD OF PERFORMANCE: ������������ BASE YEAR � ������������� 09/01/2024 � 08/31/2025 ����������������������������������������������� ����������� OPTION YEAR 1 � ������ 09/01/2025 � 08/31/2026 ����������������������������������������������� ����������� OPTION YEAR 2 � ������ 09/01/2026 � 08/31/2027 ����������������������������������������������� ����������� OPTION YEAR 3 � ������ 09/01/2027 � 08/31/2028 ����������������������������������������������� ����������� OPTION YEAR 4 � ������ 09/01/2028 � 08/31/2029 Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK BELOW Submit Quotes no later than: 08/08/2024 2:00 p.m. CST� to the Following Point of Contact (only): Krishna Harriman, Contract Specialist, via Email: krishna.harriman@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (NOV 2021): (a) The Government will award a firm fixed price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable To be considered Technically Acceptable, offers/items must meet the following: Method and approach: Vendor shall provide detailed method and approach to perform the Pest Control Services including proposed chemicals used for each of the following: Exterior and Interior for prevention AND harborage of pests including roaches, ants, spiders, crickets, silverfish, moths, scorpions, june bugs, locusts, bees, wasps and centipedes. Exterior and Interior prevention AND harborage of bed bugs. Exterior bait stations and eradication for rodents such as skunks, snakes, moles, mice, rats, gophers, and any other unwanted animals. Emergency method and approach for each of the above. Scheduled and Unscheduled services: Vendor shall provide monthly interior/external treatments AND bait station services for each site. Unscheduled Services: Emergency/call-backs shall be answered within 2 hours and on site of the location within 8 hours of request. Chemicals: Vendor shall provide a list of proposed chemicals and Safety Data Sheets, to be used for internally and externally that meets the regulations and policies in section 4.4 of the statement of work. License and Certification: �Proof of Licenses and Certifications for performing pest control services in the State of Oklahoma as listed in the scope of work.������������������������������������������� Pricing: Complete pricing schedule above including out-years. Pricing will be evaluated by adding the base year and out years together for a comprehensive price. Evaluation of options shall not obligate the government to exercise the option(s). IF CLINS 0004, 0008, 0012, 0016 & 0020 aren�t necessary in vendor offer, but are included in Monthly pricing, a price for a single Emergency/Call back MUST be notated in response or otherwise stated NO ADDITIONAL COST. (b) Options. The Government will evaluate offers for award purposes 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) VENDORS SHALL SUBMIT THE FOLLOWING: Completed Pricing Schedule. Proposed method and approach for treating the facilities Schedule for monthly interior/exterior treatments AND bait station services for each site (attached) List of proposed chemicals and Safety Data Sheets (SDS) Copy of State License and Certifications for applicators Completed Provisions (attached) This combined synopsis/solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is cumulative.� PROVISIONS:� FAR 52.252-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This�solicitation�incorporates one or more�solicitation�provisions by reference, with the same force and effect as if they were given in full text. Upon request, the�Contracting Officer�will make their full text available. The�offeror�is cautioned that the listed provisions�may�include blocks that�must�be completed by the�offeror�and submitted with its quotation or�offer. In lieu of submitting the full text of those provisions, the�offeror�may�identify the provision by paragraph identifier and provide the appropriate information with its quotation or�offer. Also, the full text of a�solicitation�provision�may�be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024); FAR 52.217-5, Evaluation of Options (JULY 1990); FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999); FAR 52.222-25, Affirmative Action Compliance (Apr 1984); FAR 52.223-1, Biobased Product Certification (May 2024); FAR 52.223-4, Recovered Material Certification (May 2008); FAR 52.252-5, Authorized Deviations in Provisions (Nov 2020); HHSAR 352.223-71, Instructions to Offerors � Sustainable Acquisition (Dec 2015); HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION); (the offeror should include a completed copy of these provisions with their quote). CLAUSES:� FAR 52.252-2, Clauses Incorporated by Reference�(Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the�Contracting Officer�will make their full text available. Also, the full text of a clause�may�be accessed electronically at this/these address(es): �https://www.acquisition.gov/browse/index/far FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (Dec 2023); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021); FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (May 2024);� FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024); FAR 52.219-33, Nonmanufacturer Rule (Sep 2021); FAR 52.222-3, Convict Labor�(Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-41, Service Contract Labor Standards (Aug 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022); FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022); FAR 52.223-2, Reporting of Biobased Products Under Service and Construction Contracts ( FAR 52.223-20, Aerosols (May 2024); FAR 52.223-23, Sustainable Products and Services (May 2024); FAR 52.225-13, Restrictions of Certain Foreign Purchases (Feb 2021); FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (MAY 2024); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR CLAUSES: HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024) (DEVIATION); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.223-70, Safety and Health (Dec 2015); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION); Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (krishna.harriman@ihs.gov)� All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, UEI number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f4e09bc1c53b493e8cc9aa077947bd40/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN07152066-F 20240803/240801230143 (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.