Mississippi River and Tributaries Old River Control Project Concordia Parish, LA Pest Control Services
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplement with additional information included in this notice. This announceme... 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplement with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (W912P819T0013) is issued a Request for Quotation (RFQ). Solicitation number W912P819T0013 is issued a Request for Quotation (RFQ). 2. Description of Services: The contractor shall provide all management, labor, tools, supplies, equipment, transportation, fuel, chemical solutions/toxic gases, bait and mechanical traps to eliminate pests and mosquitoes that infest the buildings and surrounding areas within the Old River Low Sill office and shop buildings and Old River Auxiliary office building. 3. This solicitation is 100% Total Small Business Set-Aside, the applicable North American Industry Classification System (NAICS) code 561710 and the small business standard size is $11,000,000.00. The applicable FSC Code is 6840. Base plus four option period. 4. The requirement will be procured as a firm fixed price contract. The basis of award will be the offer conforming to the solicitation specifications that provides the requested service. 5. In accordance with FAR 52.204-7 the contractor must be registered in the Federal Government's System for Award Management (SAM) to be eligible for contract award. Information on registration may be obtained via the Internet at http://www.sam.gov. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award. Offerors must include a copy of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items, with its offer. 6. All responsible sources may submit a proposal, which will be considered by this agency. All offers are due by 8 March 2018, 10 a.m. local time and place. The anticipated award date for this action is 15 April 2019 7. For information regarding the solicitation, please contact Melissa A. Vaughn at (504) 862-2762 or email at Melissa.A.Vaughn@usace.army.mil for assistance. Any communication must identify the solicitation number; W912P819T0013, company name, point of contact, address, phone number including area code and facsimile number. All questions regarding this synopsis/solicitation must be 20 February 2019, 10 a.m local time and place. Responses to any questions arising from this solicitation will be posted via an amendment. 8. Proposals shall be sent either electronically to Bridget.M.Bonnecarrere@usace.army.mil or via the US Postal Service to: US Army Corps of Engineers, Contracting Division Attn: Melissa A. Vaughn 7400 Leake Ave. New Orleans, LA 70118 9. This is a combined synopsis/solicitation for the following services: CLIN 0001- Base Year: Pest Control Services at Old River Control Structure; Unit of Issue is MONTH, Quantity Request 12 CLIN 0002- Option Year One: Pest Control Services at Old River Control Structure; Unit of Issue is MONTH, Quantity Request 12 CLIN 0003- Option Year 2: Pest Control Services at Old River Control Structure; Unit of Issue is MONTH, Quantity Request 12 CLIN 0004- Option Year 3: Pest Control Services at Old River Control Structure; Unit of Issue is MONTH, Quantity Request 12 CLIN 0005- Option Year 4: Pest Control Services at Old River Control Structure; Unit of Issue is MONTH, Quantity Request 12 Proposals will be in accordance with the below statement of work, FAR Clauses 52.212-1 Instructions to Offerors-Commercial, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-and the attached FAR Clauses. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. Scope of Work Mississippi River and Tributaries Old River Control Project Concordia Parish, Louisiana Pest Control Service 1.Description of Services: The contractor shall provide all management, labor, tools, supplies, equipment, transportation, fuel, chemical solutions/toxic gases, bait and mechanical traps to eliminate pests and mosquitoes that infest the buildings and surrounding areas within the Old River Low Sill office and shop buildings and Old River Auxiliary office building. The service to be provided by the contractor shall eradicate such pest as roaches, spiders, fleas, lice, mice, rats, ants, wasps, termites, mosquitoes, and flying insects. The area to be maintained in and around the Old River Low Sill office and shop buildings is approximately 4 acres. The area to be maintained in and around the Old River Auxiliary office is approximately 1.5 acres. Complete control of pests and mosquitoes must be maintained during the period of the contract. 2. References: The publications below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. a. U.S. Corps of Engineers (USACE) EM385-1-1, 2011 Consolidated Edition 3.Location of Work: The work is to be performed at the locations specified below: b. Old River Low Sill Office and Shop Building 4920 Louisiana Highway Vidalia, Louisiana 71373 c. Old River Auxiliary Office Building 4342 Louisiana Highway 15 Vidalia, Louisiana 71373 4. Safety: a. The contractor shall comply with all federal, state, and local laws pertaining to the storage, use, and disposal of the chemicals used in the execution of this contract. All chemicals are to be used only in accordance with the manufacturer's instructions. The contractor must also abide by the provisions of EM 385-1-1, "Corps of Engineers Safety and Health Requirements Manual" latest edition, during the contract period. b. Prior to commencing work on this contract, the contractor will provide the Corps of Engineers' Safety and Occupational Office at the New Orleans District and the Old River Low Sill Office with a complete binder containing all MSDS information sheets on all chemicals to be used. The information on the chemicals must include, but not limited to, application methods, precautions to be taken, effects of exposure, treatment, and phone number to use to obtain more information on the chemical. i. The contractor must maintain these binders and update as required any time a new chemical is used or a data sheet is revised. At a minimum the binders are to be reviewed by the contract once annually for possible updates and corrections. c. All mechanical traps must be of the type to insure the safety of personnel in the area from coming in contact with the working portions of the trap. d. The Contractor shall be licensed and bonded by the State of Louisiana, and shall provide a copy of the current license and bond as required by State of Louisiana to the Contracting Officer upon contract award. e. The Contractor will, without additional cost to the government, be responsible for obtaining any and all necessary licenses and permits and for complying with all applicable federal, state or local laws, codes or ordinances, in connection with the performance of the service under of this contract. 5.Time of Service: Pest control services, in all specified buildings and adjacent grounds, will be rendered monthly. All building and adjacent grounds will be treated regardless of pest infestations on a monthly basis. All pest control services must be coordinated with the Contracting Officer Representative (COR) or a designated government representative to alleviate any inconvenience within the employee's work environment and to assure the safety, health, and sensitivity of employees are respected. i. Mechanical stations for rats and mice must be cleaned and checked during each visit by a Contractor's Representative. 6.Hours of Work: The Corps hours of operations are Monday through Thursday from 0800 until 1630. The Contractor can request approval from the Contracting Officer or the designated government representative to extend his/her hours of work beyond the daily Corps hours to include Saturday and Sunday in order to meet the contract requirements to complete the work. f. Anytime a Contractor's Representative is on site, they must report to the Old River Low Sill Office when they arrive and before they leave Old River Control Complex. 7. Payment: Payments will be made on a monthly basis at a constant rate after completion of pest control services for that month. An electronic copy of the invoice will be submitted to Mrs. Kayla LeBlanc at Kayla.L.LeBlanc@usace.army.mil. 8. On-Premises Requirements: Contractor employees are required to adhere to all Corps' rules in regards to working at and on government property. They must stop at the gate and identify themselves, and specify the specific location they will be working. 9. Supervision of Work: The Contractor shall provide all management, supervision, and labor to effectively fulfill the requirements of this contract. The Contractor will ensure that all contract work is satisfactorily supervised, either by his personal presence, by the on-site supervisor, or a combination of these alternatives. Neither Corps employees norother Government employees are authorized to exercise either direct or indirect supervision over, or provide direction to, the Contractor's employees. The Contractor should refer all to the assigned government representative. 10. Site Visit: Prospective bidders are encouraged to visit the work site prior to making a bid on the solicitation. Inaccuracies in offers resulting from failure to make a site visit shall not be used as the basis of claims against the Government. To arrange for site visits, contact Mrs. Kayla LeBlanc by phone at 225-492-2169, 225-245-4041, or via email Kayla.L.LeBlanc@usace.army.mil. 11. Submittals. The documentation listed below shall be submitted electronically in adobe acrobat pdf format to Mrs. Kayla LeBlanc at Kayla.L.LeBlanc@usace.army.mil for Government approval. The submittals will be returned to the Contractor after review and approval or rejection. The submittals will be retained by the technical reviewers. The Contracting Officer Representative will retain a copy for his/her on-site records, and a copy will be become a permanent part of the Contracting Officer's files. Prior to completion of the contract, Government approval is required for all submittals. Government approval shall not be construed as relieving the Contractor from furnishing satisfactory materials. The following shall be submitted (listed in no particular order): a. Insurance. The Contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance: i. Employer's Liability Insurance. The Contractor shall furnish evidence of Employer's Liability Insurance in an amount of not less than $100,000. ii. General Liability Insurance. Bodily injury liability insurance in the minimum limits of $500,000 per occurrence on the comprehensive form of the policy. b. MSDS Information Sheets. Prior to commencing work on this contract, the contractor will provide the Corps of Engineers' Safety and Occupational Office at the New Orleans District and the Old River Low Sill Office with a complete binder containing all MSDS information sheets on all chemicals to be used. The information on the chemicals must include, but not limited to, application methods, precautions to be taken, effects of exposure, treatment, and phone number to use to obtain more information on the chemical. i. The contractor must maintain these binders and update as required any time a new chemical is used or a data sheet is revised. At a minimum the binders are to be reviewed by the contract once annually for possible updates and corrections. 12. Sustainability Guidance. The Contractor shall ensure all chemical solutions/toxic gases, bait and mechanical traps used in this project shall meet the following Green Procurement requirements: a. Bio-based. The United States Department of Agriculture (USDA) designates certain bio-based products for federal procurement and specifies minimum bio- based content levels for those products. Any designated product that is being offered or supplied under this contract shall meet USDA Bio-Preferred's minimum bio-based content level. Visit the BioPreferred web site for the complete list of designated products and the associated minimum bio-based content level requirements. 13. Security. a. Access and General Protection/Security Policy and Procedures. All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. b. For contractors who do not require CAC, but require access to a DoD facility or installation: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area Commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Suspicious Activity Reporting Training: The contractor and all associated sub- contractors shall receive a brief/training (provided by the MVN Security Office) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. c. For Contracts that Require OPSEC Training. All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training. OPSEC awareness training is available at the following websites: https:/lvllww.iad.gov/ ioss/ or http://vllww.cdse.edu/catalog/operations- security.html; or it can be provided by the MVN OPSEC Officer in presentation form which will be documented via memorandum. d. For contracts that requiring escorts in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. e. Pre-screen candidates using E-Verify Program: The Contractor must pre- screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. 14.Inspection: a. The Government shall inspect the Contractors' work for contract compliance, during and after completion of work. The Contractor shall not be paid for any work until an inspection has been performed by a Government inspector to assure work meets specifications contained in contract. NOTE: The Contractor shall not perform any work outside the SOW without prior approval from the Contracting Officer. b. The Government has the right to inspect and test all work called for by this contract to the extent practicable at all times and places during the contract. The government shall perform inspections and tests in a manner that will not unduly delay the work. c. If any of the work does not conform to contract requirements, the Government may require the Contractor to redo work at no increase in contract amount. When defects in workmanship cannot be corrected by re-performance, the Government may reduce the contract price to reflect the reduced value of work accomplished. d. If the Contractor fails to promptly fulfill his contract responsibilities, the government may (1) by contract or otherwise, perform the work and charge to the Contractor for any cost incurred by the Government that is directly related to the performance of such work or (2) terminate the contract for default.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »