PEST CONTROL SERVICES- NAVAL SUBMARINE BASE NEW LONDON

expired opportunity(Expired)
From: Federal Government(Federal)
5908835

Basic Details

started - 13 Jan, 2022 (about 2 years ago)

Start Date

13 Jan, 2022 (about 2 years ago)
due - 14 Feb, 2022 (about 2 years ago)

Due Date

14 Feb, 2022 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
5908835

Identifier

5908835
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709630)DEPT OF THE NAVY (157050)NAVFAC (10921)NAVFAC ATLANTIC CMD (6599)NAVFAC MID-ATLANTIC (3669)NAVAL FAC ENGINEERING CMD MID LANT (3395)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

PRE-SOLICITATION SYNOPSISN40085-22-R-258913 January 2022PEST CONTROL SERVICESNAVAL SUBMARINE BASE NEW LONDONNAVFACSYSCOM MIDLANT – PWD/FEADNaval Submarine Base New LondonBuilding 135 Box 400 1st FloorGroton, CT 06349-5026PSC: S207NAICS: 561710This is not a request for either a quote or proposal, or an invitation for bid.  The intent of this pre-solicitation synopsis is to notify potential offerors of an upcoming FFP/IDIQ services requirement. The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items required to perform pest control services at Naval Submarine Base New London in Groton, Connecticut and associated facilities in New London and Stonington, Connecticut.The Government’s integrated pest management (IPM) program is intended to emphasize surveys, establish control thresholds, and maintain documentation to track the effectiveness and safety of control efforts.  IPM may include techniques such as
education, habitat modification, biological control, genetic control, cultural control, mechanical control, physical control, regulatory control, and where necessary, the judicious use of least-hazardous pesticides.  Pesticides, when needed, shall be selected consistent with IPM principles in order to minimize negative impacts on human health and the environment.The Contractor shall perform pest control services in conformance with the Integrated Pest Management Plan (IPMP) to prevent and control the following pests:--Nuisance, structure damaging, and disease vector and health arthropod and invertebrate pestscockroachestermitesbeeswaspsantsfleassilverfishstored product pestsmosquitoesbedbugs--Vertebrate pestsmiceratsbatsferal dogs and catsother nuisance mammalspigeons and other nuisance birdsThe work identified is to be provided by means of a combination Firm-Fixed Price (recurring work)/Indefinite Quantity (non-recurring work) type of contract.  Source Selection procedures will be used to select the proposal that is the lowest priced technically acceptable (LPTA).  The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the proposal determined to have the lowest price while being technically acceptable.The North American Industry Classification System (NAICS) is 561710 “Exterminating and Pest Control Services” with a size standard of $12 million dollars. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), provides the lowest price while meeting the technical requirements.  The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation.  The solicitation requires the evaluation of price and the following non-price factors: Factor 1 – Technical Approach, Factor 2 – Corporate Experience, Factor 3 – Past Performance, and Factor 4 – Safety.The Government has the option to extend the term of the contract services for additional periods of one to twelve months.  The total contract term, including the exercise of any options, shall not exceed 60 months.  Only the base period of the contract will offer a minimum guarantee.This contract will replace a contract for similar services that ends 31 July 2022.  Additional information regarding the current contract will be included in the solicitation package.  The RFP will be made available in electronic format only (Adobe (.pdf)) and will be posted on the SAM.gov website mid-February 2022.  The estimated proposal due date shall be at least 30 days after the RFP is posted.The site address is https://sam.gov/content/home.  Notifications of any updates or amendments to the solicitation will be posted on the website only.  IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE SAM WEBSITE FOR CHANGES.  All prospective contractors are required to register in the System for Award Management (SAM) database.  Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/

Groton ,
 CT  06349  USALocation

Place Of Performance : N/A

Country : United StatesState : ConnecticutCity : Groton

You may also like

Pest Control Products and Services

Due: 08 Apr, 2026 (in 23 months)Agency: The University of Nebraska

FY22 BASE PEST CONTROL SERVICES

Due: 30 Nov, 2026 (in about 2 years)Agency: U.S. COAST GUARD

PEST CONTROL SERVICES BPA CALL - LEBANON VAMC

Due: 20 Dec, 2024 (in 7 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.

Classification

naicsCode 561710Exterminating and Pest Control Services
pscCode S207Insect and Rodent Control Services