The RFP Database
New business relationships start here

Pest Control Services, Various Locations, Oahu, Hawaii


Hawaii, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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:
    *Soil Treatment b 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.
    *Tent Fumigation: The fumigation of buildings shall follow procedures and regulations in normal industry practices and manufacturerbs instructions.
    *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.
    *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.
    *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 entomologistbs observations and recommendations and require the submittal of a report. Consultation services shall be by or under the direct supervision of the Contractorbs entomologist.
    *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.

Procurement Method: Contracting by Negotiation.
The NAICS Code for this procurement is 561710 and the annual size standard is $11,000,000. 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. Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be $2,000.00 and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. Only the base period of the contract will offer a minimum guarantee. This contract will replace a contract for similar services awarded in 2015 for $152,850.00 maximum.
Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Based on market research, including a sources sought notice issued on May 9, 2019, there is a reasonable expectation that offers would be obtained from at least two responsible small business concerns. The subject solicitation will be issued as a small business set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination. The Government will only accept offers from small business concerns. Offerors may view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available.
All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The solicitation will utilize source selection procedures which require offerors to submit a non-price proposal and a price proposal for evaluation by the Government. Proposal receipt date is approximate. The actual date will be shown on the RFP.

Sandy Sekiguchi 808-474-3388

sandy.sekiguchi@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP