The RFP Database
New business relationships start here

S - Pest and Rodent Control Services


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

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented 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 number is 19-242-SOL-00013 and is issued as a Request for Proposals (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 561710 with a small business size standard of $11.50. This requirement is a 100% Set-Aside for Small Business Concerns and only quotes from qualified offerors will be considered. FOB Destination shall be described herein.

The Albuquerque Area Indian Health Service (AAIHS), in Albuquerque, New Mexico, Bernalillo County, is seeking proposals from Small Business Vendors to provide Rodent and Pest Control Services, as described herein. AAIHS is seeking proposals from small businesses that have current staff readily available that would meet our immediate need. No incumbent or contract is currently provided, this is a new requirement.


PERIOD OF PERFORMANCE: One base year to commence from the date of award, with four 12 month option periods if modified in accordance with FAR 52.217-9, Option to Extend the Term of the Contract (OCT 2014) and upon written notification by the contracting officer within 30 days of contract expiration.


PLACE OF PERFORMANCE. Services are to be provided at the Jicarilla Service Unit located 500 Mundo Drive, Dulce New Mexico.


DESCRIPTION OF REQUIREMENT:
The contractor shall be in accordance with all Federal, State, Local, Tribal and IHS regulations and shall be made with minimal divergence from the schedule established and with minimum disturbance and maximum protection of government personnel, property and general public.
• The contract and the Government Contractor Officer Representative shall schedule a date and times for service at the Service Unit facility including the 4 housing units.
• Services shall be provided during the hours from 8:00am to 4:00pm, Monday through Friday except on Federal Holidays.
• There may be occasion where the facility will be closed due to unexpected circumstances. In such events the COR shall contact the contractor to reschedule services at a later date.
• Six (6) interior and exterior pest and rodent will be provided Bi-Monthly to include the four (4) residential housing units.
• Ten (10) units of exterior rodent bait stations installation and recharging services shall be provided Bi-Monthly.
• Fourteen (14) disposable insect population monitors shall be inspected and replaced Bi-Monthly.
• Eighty Four (84) monitors for wasp control shall be provided Bi-Monthly.
• Emergency pest control for Jicarilla Service Unit including 4 IHS owned housing units.
• Emergency pest control services exceeding the two (2) emergency service calls shall be invoiced separate from the regular Bi-Monthly services.
• The contractor shall transport and dispose of all pest and rodents in accordance with all Federal, state, local, tribal, OSHA and NEPA rules, guidelines and regulations.


The Contractor shall furnish all labor, equipment, materials, management, administration, and supervision as necessary to provide Pest Control Services as described herein. The Contractor shall provide adequate supervision to accomplish the performance objectives of the Statement of Work and ensure compliance with all contract terms and conditions.


Pricing proposed shall be an all-inclusive rate that includes all state, federal, and local taxes (ex. NM Gross Receipts" taxes) and any miscellaneous costs associated with the above services. Pricing proposals should be in accordance with the Service Contract Ace Wage Determinations for each service compliant to the statement of work (SOW) for the base year (excluding weekends and federal holidays). A summary should be provided for one base period of twelve months and an additional four twelve month option periods (i.e., One Base Year plus Four option Years in total). It is the sole responsibility of the contractor to collect and pay for any New Mexico State Gross Receipt Taxes for work performed in the State of New Mexico, regardless of the physical location the work was performed. Pricing in proposals MUST be good for 30 calendar days after close of solicitation. Failure to provide any required items will result in the offer being determined as non-responsive.


Any questions on this solicitation may be directed to: Cedric A. Wood, cedric.wood@ihs.gov. *Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*


PRICE EVALUATION: The price proposals shall be evaluated to determine the Offeror's ability to carry out its proposed technical approach and indicate that the Offeror understands the nature and extent of the work to be performed. The price evaluation will not be point scored.


PROPOSAL SUBMITTALS:
Via mail: Cedric A. Wood, 4101 Indian School Rd NE, Suite 225, Albuquerque, NM 87110. Via email: cedric.wood@ihs.gov


DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT. By submitting a proposal, the vendor will be self-certifying that neither the Offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Registration information can be found at www.sam.gov.


The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
This Contract incorporates some HHSAR provisions/clauses by reference, with the same force and affect 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 addresses: http://www.hhs.gov/policies/hhsar/subpart352.html. HHSAR CLAUSES-
352.211-3 Paperwork Reduction Act (Dec 2015)
352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
352.227-70 Publications and Publicity (Dec 2015)
352.237-75 Key Personnel (Dec 2015)


For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management.
https:/acquisition.gov/far/current/html/52_200_206.html or www.sam.gov.


NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION. This solicitation in no way obligates the AAIHS to award a service contract, nor does it commit the AAIHS to pay any costs incurred in the preparation and submission of the offer.
Contracting Office Address:
4101 Indian School Road NE
Suite 225
Albuquerque, New Mexico 87110
United States


Place of Performance:
Described herein


United States


Primary Point of Contact.:
Cedric A. Wood,
Contract Specialist
cedric.wood@ihs.gov
Phone: 505-256-6756
Fax: 505-256-6848


Cedric A. Wood, Contract Specialist, Phone 505-256-6756, Fax 505-256-6848, Email cedric.wood@ihs.gov - Dawn A Sekayumptewa, Contracting Officer, Phone 505-248-4561, Fax 505-248-4641, Email dawn.sekayumptewa@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP