The RFP Database
New business relationships start here

Pest Control Services


Massachusetts, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items 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 and a written solicitation will not be issued. Solicitation No. 6913G619Q300019 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective November 7, 2018. This procurement is being solicited under NAICS code 561710 small business size standard $11 million. This Combined Synopsis/Solicitation is being issued as small business set-aside.

The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement for Pest Control Services at the Volpe Center campus located at 55 Broadway, Cambridge, Massachusetts 02142. The contractor is required to provide all requested supplies and services in accordance with the attached Statement of Work and Volpe Center campus site map, Wage Determination 2015-4047 Revision 8 dated July 3, 2018 and Instruction Conditions and Notice to Offeror.



REQUIREMENTS/SPECIFICATIONS
The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable proposal in accordance with the Instructions, Conditions and Notice to Offeror attached. The Offeror's price quotation shall include a firm fixed price for the CLIN's identified below:


 


CLIN 0100
Pest Control Services - Base Year (Date of Award through September 30, 2019)



$__________________ per month x 9 months = $_________________



CLIN 0200 (Option)
Pest Control Services - Option Year One (October 1, 2019 through September 30, 2020)



$__________________ per month x 12 months = $_________________


 


CLIN 0300 (Option)
Pest Control Services - Option Year Two (October 1, 2020 through September 30, 2021)



$__________________ per month x 12 months = $_________________



CLIN 0400 (Option)
Pest Control Services - Option Year Three (October 1, 2021 through September 30, 2022)



$__________________ per month x 12 months = $_________________


 


CLIN 0500 (Option)
Mass Entrapment Rapid Response Services (upon request during performance as needed)
2 Rapid Response Services x $__________________ each = $_________________




SITE VISIT
The Government will be offering a pre-proposal site visit at the U.S. DOT/Volpe Center located at 55 Broadway, Cambridge, MA 02142 to all interested parties on Tuesday, November 20, 2018 at 10:00am ET. All interested parties that wish to attend shall email Christine Guy, Contracting Officer at Christine.Guy@dot.gov and provide the company name and attendee's name(s). If parking is required, please provide color, make, model and license plate number of vehicle as well, no later than 12:00pm the day before the site visit is scheduled.



BASIS FOR AWARD
An award will be made to the responsive and responsible Offeror whose offer, conforming to this Combined Synopsis/Solicitation, is determined to offer the best value to the Government in terms of: 1) technical approach 2) past performance and 3) price. Technical approach and past performance will be considered equal to price in determining best value for this acquisition. Therefore, when technical proposals are rated equal, price may be the determining factor for award. It is the Government's intent to award a firm fixed price purchase order based upon initial offers without entering into discussions or negotiations (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price standpoint, reflecting ANY AVAILABLE DISCOUNTS. While it is the Government's intent to make award based upon initial offers, the Government may, nevertheless, determine during the evaluation period that it is necessary to conduct discussions.



NOTICE TO OFFERORS
FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in an attachment. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable proposal. FAR Clauses and Provisions 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.217-5 Evaluation of Options, 52.217-7 Option for Increased Quantity-Separately Priced Line Item, 52.217-8 Option to Extend Services, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209.6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-18 and 52.232-33. Transportation Acquisition Regulation clause TAR 1252.223-73 Seat belt use policies and programs is hereby incorporated by reference.



The FAR and TAR provisions and clauses cited in this notice can be viewed at: https://www.acquisition.gov/browsefar
http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar


This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. All questions regarding this solicitation shall be received by the Contracting Officer not later than Thursday, November 22, 2018 at 4:00pm ET. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christine Guy, V222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Christine.guy@dot.gov by closing date of November 30, 2018 at 4:00 p.m. ET. No telephone requests will be honored. The Government will not pay for any information received. It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about December 17, 2018.

(End of provision)




The following FAR provisions are incorporated by full text:


FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and
(2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)



Christine L. Guy, Contract Specialist, Phone 6174943559, Email christine.guy@dot.gov - Kerri-Lee DeRusha, Phone 6174942033, Email Kerri-Lee.DeRusha@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP