Maine Bids > Bid Detail

Pest Control Services at Portsmouth Naval Shipyard

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159481346983701
Posted Date: Oct 16, 2023
Due Date: Nov 1, 2023
Source: https://sam.gov/opp/d0e99e424a...
Follow
Pest Control Services at Portsmouth Naval Shipyard
Active
Contract Opportunity
Notice ID
N4008524R2515
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 16, 2023 12:44 pm EDT
  • Original Response Date: Nov 01, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S207 - HOUSEKEEPING- INSECT/RODENT CONTROL
  • NAICS Code:
    • 561710 - Exterminating and Pest Control Services
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice.



Naval Facilities Engineering Command Mid-Atlantic is seeking a Service-Disabled Veteran-Owned Small Business, certified HUB-Zone Small Business, certified 8(a) firm, Woman Owned Small Business, Small Disadvantaged Business AND/OR a Small Business with current relevant qualifications, experience, personnel and capability to perform this proposed project.



This work will be located in Kittery, ME at Portsmouth Naval Shipyard.



The Contractor will be required to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to perform pest control services at Portsmouth Naval Shipyard, Kittery, Maine. Portsmouth Naval Shipyard is an industrial complex that houses a variety of building types including but not limited to industrial production, child care services, housing, administrative offices, and medical buildings. The shipyard encompasses approximately 280 acres. A variety of pest control services are required at various level of control.



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:




  • Unwanted vegetation and invasive plants

  • Nuisance, structure damaging, lawn, turf and ornamental, and public health pests:

    • Cockroaches

    • Termites

    • Bees

    • Wasps

    • Ants

    • Fleas

    • Silverfish

    • Stored product pests

    • Mosquitoes

    • Bedbugs



  • Vertebrate pests

    • Mice

    • Rats

    • Bats

    • Feral dogs and cats

    • Other nuisance mammals

    • Pigeons and other nuisance birds






  • Pest Control services do not include non-chemical vegetation control, i.e. mowing or trimming. This is included in 1503050, Grounds Maintenance and Landscaping.





The requirement is performance based.



The anticipated award will be a base contract of 12 months with four (4), 12-month options.



All Service-Disabled Veteran-Owned Small Businesses, certified HUB-Zone Small Businesses, certified 8(a) firms, Economically Disadvantaged Woman-Owned Small Business, Woman-Owned Small Businesses, Small Disadvantaged Businesses and/or Small Businesses are encouraged to respond.



The Government will not pay for any information solicited. Respondent will not be notified of the result of the evaluation.



One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUB-Zone Small Business, Economically Disadvantaged Woman-Owned Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business and/or a Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.



All qualified firms are encouraged to respond. The Government anticipates a contract award for this project in March 2024. The appropriate NAICS Code is 561710 with a size standard of $17.5 million dollars.



It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum, the following:




  1. Examples of projects worked within the last five years of similar scope as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract related to the work described, and a Government Agency point of contact.

  2. Company profile, to include number of employees, annual receipts, office location(s), DUNS number, and CAGE Code.

  3. Please indicate if you are an 8(a), HUB Zone, Service Disabled Veteran Owned, Economically Disadvantaged Woman-Owned, Woman-Owned, Veteran Owned and/or Small Business.



The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings.



Responses must be received no later than 3:00pm Eastern Standard Time on 01 November 2023 and shall be emailed to the following: kara.a.holwick.civ@us.navy.mil.



Questions regarding this sources sought notice may be addressed to Kara Holwick at kara.a.holwick.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 16, 2023 12:44 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >