Search Contract Opportunities

Regional Pest Control Services   3

ID: ACQR5796506 • Type: Solicitation
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Posted: Oct. 29, 2021, 2:57 p.m. EDT

Regional Pest Control Services - Request for Quote (RFQ)

NAVFAC Washington

Description of the requirement:

This requirement is for both recurring and non-recurring, performance based, pest control services for theprevention, control and or management of structural pests, disease vectors, stored food pests, householdnuisance pests, and vegetation pests to ensure a safe living, working, recreational, and trainingenvironment in support of the military mission.

Naval Facilities Engineering Command (NAVFAC) Washington Navy Yard (WNY), Facilities SupportContracting (FSC) CON20, located at: 1314 Harwood Street SE, BUILDING 212, 4th FLOOR, Washington NavyYard, Washington D.C., intends to issue a Firm Fixed-Price (FFP) for a five (5) year, Indefinite Delivery,Indefinite Quantity (IDIQ), type contract, for both Recurring and Non-Recurring, Pest Control Services, for nine (9) service specific locations:

Naval Support Activity, Washington Navy Yard, Washington, DC; Naval Research Laboratory (NRL),Washington, DC; Marine Corps Barracks, 8th and I Streets, Washington, DC; Naval Support Facility, ArlingtonService Center (ASC), VA; United States Naval Observatory (USNO), Washington, DC; Naval Support Facility,Carderock, West Bethesda, MD; Naval Support Facility, Dahlgren, VA; Naval Support Facility, Indian Head,MD; Naval Support Activity, Bethesda, MD:

All services will be Freight on Board (FOB), Destination, to the above locations.

Product Service Code / NAICS Code:
The applicable Product Service Code is: S207 which is for: Housekeeping- Insect/Rodent Control services;and: the applicable: North American Industry Classification System Code, is: 561710, which is the codeassociated with: Exterminating and Pest Control Services, whose industry comprises establishmentsprimarily engaged in exterminating and controlling birds, mosquitoes, rodents, termites, and other insectsand pests.

Set-Aside / Competition Strategy:
Requirement will be solicited using provisions of FAR Subsection 19.502-2, restricting this as a 100%, SmallBusiness Set Aside Competition, amongst responsible (as defined by FAR Subsection 9.104-1 Generalstandards) Small Business Quoters, whom are also, otherwise qualified. You must be a small business forthe above NAICS.

Other Key Applicable Procurement, Federal Acquisition Regulation (FAR), Policies & Procedures:
1.A. Part 12, Acquisition of Commercial Items.
2.B. Subpart 13.5 Simplified Procedures for Certain Commercial Items.
3.C. Subpart 16.5, Indefinite-Delivery Contracts.
4.D. Part 19, Small Business Programs and
5.E. Subpart 37, Service Contracting.

Anticipated IDIQ Contract Minimum and Maximum Ceiling Values:
The minimum contract guarantee is set and established, by the base year's total recurring work for all ninesite locations; minimum guarantees do not apply to the option periods.

The maximum total potential ceiling dollar value limit to include all options, which represents themaximum quantity (over the life of the contract), is set and established at: no greater than the maximumdollar value which permits the use of: FAR Subpart 13.5 - Simplified Procedures for Certain CommercialItems, which is currently set at $7.5 Million dollars. In no case whatsoever, during the life of the contract,shall the total obligated price / expended / liquidated amount, exceed this maximum quantity dollar value.This maximum ceiling is set by the Government and is not meant to convey any other informationwhatsoever, to prospective quoters.

The Request for Quote (RFQ):
The requirement will be solicited under: RFQ No. N40080-21-Q-4001. The RFQ is posted to ContractOpportunities located at: www.beta.SAM.gov.. The RFQ contrains a base year and four (4), one (1) yearoption periods; with an additional possibility to extend the terms of the contract, for an additional six (6)months.

Only five (5) RFQ Attachment Documents are attached to this solicitation out of the fourteen (14) total:
(1). The Performance Work Statement (PWS);

(2). The Exhibit Line Item Numbers (ELIN);

(3). Relevant Experience Form; and:

(4). Past Performance Questionnaire;

(5) Industry Questions & Gov't Answers

All vendors must request all other ten (10) attachements via email to the aformentioned Contracting Off icePOCs.

Pre-Quote Industry Day / Site Visit:
A site visit may be conducted for the new Regional Pest Control Services requirement. More information willbe provided at a later date, if held. The Government intends to post all notices / amendments related to thissolicitation Contract Opportunities at www.beta.SAM.gov, all interested firms must be registered with gwww.beta.SAM.gov web site in order to obtain the solicitation documents and all information regarding thesolicitation.

Anticipated Contract Award Date:
January, February or March of 2022.

Point-of-contact for this RFQ Notice:
Shauna Lloyd
E-Mail: shauna.lloyd@navy.mil and shauna.e.lloyd2.civ@us.navy.mil

Howard W. Girvin IV
E-Mail: howard.girvin1@navy.mil

Posted: Oct. 25, 2021, 8:12 a.m. EDT
Posted: Oct. 13, 2021, 2:02 p.m. EDT
Posted: Oct. 12, 2021, 2:25 p.m. EDT
Posted: Sept. 14, 2021, 2:33 p.m. EDT

Overview

Response Deadline
Nov. 8, 2021, 4:00 p.m. EST (original: Oct. 14, 2021, 4:00 p.m. EDT) Past Due
Posted
Sept. 14, 2021, 2:33 p.m. EDT (updated: Oct. 29, 2021, 2:57 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Washington Navy Yard, DC 20374 United States
Source
SAM

Current SBA Size Standard
$17.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 9/14/21 Naval Facilities Engineering Command issued Solicitation ACQR5796506 for Regional Pest Control Services due 11/8/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561710 (SBA Size Standard $17.5 Million) and PSC S207.
Primary Contact
Name
Shauna E. Lloyd   Profile
Phone
None

Secondary Contact

Name
Howard Girvin   Profile
Phone
None

Documents

Posted documents for Solicitation ACQR5796506

Opportunity Lifecycle

Procurement notices related to Solicitation ACQR5796506

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation ACQR5796506

Similar Active Opportunities

Open contract opportunities similar to Solicitation ACQR5796506

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC WASHINGTON > NAV FAC ENGINEERING CMD WASHINGTON
FPDS Organization Code
1700-N40080
Source Organization Code
100076577
Last Updated
Jan. 1, 2022
Last Updated By
howard.girvin1@navy.mil
Archive Date
Jan. 1, 2022