Pest Control Services (San Diego Sector)

expired opportunity(Expired)
From: Federal Government(Federal)
70B03C21Q00000222

Basic Details

started - 20 Jul, 2021 (about 2 years ago)

Start Date

20 Jul, 2021 (about 2 years ago)
due - 05 Aug, 2021 (about 2 years ago)

Due Date

05 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
70B03C21Q00000222

Identifier

70B03C21Q00000222
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INTRODUCTION
PEST CONTROL SERVICES – US Border Patrol San Diego Sector
This is a combined synopsis/solicitation for commercial items 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
70B03C21Q00000222 and is issued as a Request for Quotation.  The solicitation document and incorporated provisions and clauses (Attachment 4 to the solicitation) are those in effect through Federal Acquisition Circular 2021-06.  The associated NAICS code for this procurement is 561710 - Exterminating and Pest Control Services with a small business size standard of $12.0M.  This requirement is being solicited with a small business set-aside restrictions.  All responsible sources may submit a proposal, which shall be considered by the agency.

In
accordance with FAR 52.222-41 (Service Contract Labor Standards) Attachment Five to the solicitation includes prevailing wage rates for California counties: Orange, Riverside, and San Diego.

Emailed responses are requested to be received by the Contracting Officer (CO) Dominique Brown at the following address by no later than
August 2, 2021, 11:00 A.M. Pacific Standard Time (PST): dominique.u.brown@cbp.dhs.gov.

Subject line of the email should read:
70B03C21Q00000222 Quotation Submission: San Diego Pest Control Services.   All quotation pricing must be valid for up to 90 calendar days after close of the solicitation.

*** Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Agency to respond, but no questions shall be accepted after
July 29, 2021 11:00 A.M. PST.  Questions must be submitted directly to the CO at the email address indicated on this notice.
***

Description of the Requirement

The U.S. Customs and Border Protection (CBP), U.S. Border Patrol San Diego Sector has a requirement for commercial Pest Control Management Services throughout the surrounding stations, checkpoints, and facilities.

Period of Performance

The period of performance for this effort shall be for one (1) year from the date of award with four (4) one year options. Quotation pricing shall be provided in Attachment 3 (Pricing Sheet) for the ordering periods below:

Base:  September 15, 2021 – September 14, 2022
Option year 1: September 15, 2022 – September 14, 2023
Option Year 2: September 15, 2023 – September 14, 2024
Option Year 3: September 15, 2024 – September 14, 2025
Option Year 4: September 15, 2025 – September 14, 2026

Option years shall be exercised based on the needs and in accordance with the requirements of the Government.

GENERAL INSTRUCTIONS FOR THE PREPARATION OF QUOTES
CBP reserves the right to establish a contract without further communication and exchange; therefore, each response to this request should contain the Quoter best pricing, terms, and conditions. Quotations must be prepared in accordance with these instructions and provide all required information in the format specified.  The required format is designed to ensure submission of information essential to the understanding and comprehensive evaluation of the vendor's proposal.  Failure of a quotation to comply with these instructions may be grounds for exclusion of the quotation from further consideration. Any exceptions taken with respect to the clauses in the solicitation shall be noted.  For the purpose of facilitating exchanges, for every instance where the vendor does not propose to comply with or agree to a requirement, the vendor shall propose an alternative and describe its reasoning therefore.

Each prospective Quoter shall include in its submission a fully completed Pricing Sheets using the template attached to this notice.  Failure to comply with this term may result in the quote being determined to be non-responsive.

In addition to submitting the required quotation pricing sheet (Attachment Two) for this solicitation, each Quoter must provide any relevant NON-PRICING responses (e.g. completed FAR 52.212-3 representations and certifications) so that they are received no later than the closing date and time for this solicitation. A quoter must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror’s quotation meets the minimum requirements of the SOW.  The Contracting Officer is not responsible for acquiring any additional information.  If description/technical data/specifications are not sufficient to make a technical acceptance decision, the bid may be determined technically unacceptable.

Emailed submissions must be in separate attachments and clearly indicate what is being provided. The Government reserves the right to disregard any additional attachments without notification to any Quoter.The following criteria must be followed when submitting proposal attachments:

No more than five (5) single-sided pages total for TECHNICAL AND MANAGEMENT APPROACH. 

No more than three (3) single-sided pages total for PAST PERFORMANCE.

Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB.  If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation.

Submissions shall be in electronic format and sent to the CO listed on this solicitation in accordance with the provision entitled “Instructions to Offerors-Commercial Items,” which applies to this solicitation.

Submissions must be received no later than the exact time specified in this solicitation to be considered for award.  Time of receipt will be determined by the government’s email receipt time.  It is the quoting firm’s responsibility to ensure this is done according to the above restrictions.

Proposal MUST be good for
90 calendar days after close of solicitation.

This solicitation requires registration with the System for Award Management (SAM) at the time of proposal submission, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/SAM/.

EVALUATION CRITERIA
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) Quotations that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government reserves the right to award without discussions.  The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government and whose quote is the Lowest Priced Technically Acceptable (LPTA). The quote with the lowest evaluated price will be evaluated for technical acceptability and acceptable past performance. Only if that quote is found to be technically unacceptable or to have unacceptable past performance will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote, with acceptable past performance, is found. For this solicitation, the evaluation factors are:

1. TECHNICAL AND MANAGEMENT APPROACH (non-price)
The quoter must provide a written submission addressing how the quoter will meet all requirements of the Statement of Work (SOW).  The submission should fully outline the capabilities and methodology to provide the services as required.

2. PAST PERFORMANCE (non-price)
Quoters will be evaluated on their recent (within the past 3 years) performance of relevant requirements similar in size and scope as those described in the SOW. Quoters should provide up to three (3) references for the same or similar work performed for Federal, State, and local government and private clients. A quoter may also provide information on problems encountered on the identified projects and the quoter’s corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the quoter’s past performance. A quoter will not be evaluated favorably or unfavorably on past performance if the quoter has no record of relevant past performance or for whom information on past performance is not available.

3. PRICE

A comparison of quote pricing received in response to the RFQ will be made and quote pricing will also be compared against the Government’s Independent Government Cost Estimates (IGCE) to determine fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action.

Quoters must provide pricing using the attached pricing template.

Provided pricing shall be fully burdened.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

List of Attachments to Solicitation Number 70B03C21Q00000222:

Statement of Work (SOW)
Site Information
Quotation Pricing Sheet 
Applicable Contract Clauses and Solicitation Provisions
WDOL Wage Determinations


Product Service Code:- 6840 - PEST CONTROL AGENTS AND DISINFECTANTS
NAICS Code:- 561710 - Exterminating and Pest Control Services
Primary point of contact:- Dominique Brown  
dominique.u.brown@cbp.dhs.gov  
Phone Number 3177156253
Secondary point of contact:-

1300 PENNSYLVANIA AVE NW  WASHINGTON , DC 20229  USALocation

Place Of Performance : 1300 PENNSYLVANIA AVE NW WASHINGTON , DC 20229 USA

Country : United StatesState : District of Columbia

You may also like

Pest Control Services

Due: 29 Mar, 2024 (Tomorrow)Agency: JPS Health Network

PEST CONTROL SERVICES - PAGO PAGO, AS WEATHER FORECAST OFFICE.

Due: 31 Dec, 2026 (in about 2 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

PEST CONTROL MANAGEMENT SERVICES

Due: 30 Sep, 2024 (in 6 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.