Pest Control Services (№7407811)

10 apr

Number: 7407811

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


10-04-2018

Description


Pest Control ServicesSolicitation Number: 6913G618Q300040
Agency: Department of Transportation
Office: Office of the Secretary (OST) Administration Secretariate
Location: Volpe National Transportation Systems Center

Solicitation Number: 6913G618Q300040

Notice Type: Award

Contract Award Date: April 6, 2018

Contract Award Number: 6913G618P800066

Contract Award Dollar Amount: $54244.00

Contractor Awarded Name: Citron Hygiene US Corp.

Contractor Awarded DUNS: 080630603

Contractor Awarded Address: 13 Linnell Circle
Billerica, Massachusetts 01821-3902
United States

Synopsis: Added: Jan 30, 2018 7:24 pm 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. 6913G618Q300040 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 2005-97, effective January 1, 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 6 dated January 10, 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, 2018)


$__________________ per month x 8 months = $_________________


CLIN 0200 (Option)
Pest Control Services - Option Year One (October 1, 2018 through September 30, 2019)


$__________________ per month x 12 months = $_________________



CLIN 0300 (Option)
Pest Control Services - Option Year Two (October 1, 2019 through September 30, 2020)


$__________________ per month x 12 months = $_________________


CLIN 0400 (Option)
Pest Control Services - Option Year Three (October 1, 2020 through September 30, 2021)


$__________________ per month x 12 months = $_________________


CLIN 0500 (Option)
Pest Control Services - Option Year Four (October 1, 2021 through September 30, 2022)


$__________________ per month x 12 months = $_________________


CLIN 0600 (Option)
Mass Entrapment Rapid Response Services (upon request during performance as needed)


4 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, February 6, 2018 at 10:00am ET. All interested parties that wish to attend shall email Christine Guy, Contracting Officer at [email protected] and provide the company name and attendee"s name(s). If parking is required, please provide 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 http://www.acquisition.gov/far and 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 Wednesday, February 7, 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 [email protected] by closing date of February 9, 2018 at 5:00 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 February 16, 2018.


The following FAR provision is incorporated by full text:


52.203-98 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS- REPRESENTATION (FEB 2015) (DEVIATION 2015-02)


(a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.


(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.


(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)


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)



The following FAR clauses are incorporated by full text:


52.203-99 - PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (DEVIATION 2015-02)


The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.


The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.


The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.


(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.


(2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.


(End of clause)


52.217-9 Option to Extend the Term of the Contract. (Mar 2000)


(a) The Government may extend the term of this contract by written notice to the Contractor within 1 calendar day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years and six months.


(End of clause)


52.232-40 Providing Accelerated Payments to Small Business Subcontractors.


Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
(a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.
(b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.

(End of clause)



Please consult the list of

document viewers if you cannot open a file. DOL Wage Determination 2015-4047 Revision 6 dated 1/10/18 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: DOL Wage Determination 2015-4047 Revision 6 dated 1/10/18

Posted Date: January 30, 2018



DOL_Wage_Determin._2015-4047_Rev._6_dated_1-10-18.pdf (164.68 Kb) Description: DOL Wage Determination 2015-4047 Revision 6 dated 1/10/18

Instruction, Conditions and Notice to Offeror Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Instruction, Conditions and Notice to Offeror

Posted Date: January 30, 2018



Instruct.,_Cond._Notice_to_Offerors.pdf (37.35 Kb) Description: Instructions, Conditions and Notice to Offeror

Statement of Work Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Statement of Work

Posted Date: January 30, 2018



6913G618Q300040_SOW.pdf (76.05 Kb) Description: Statement of Work

Volpe Center Campus Site Map Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Volpe Center Campus Site Map

Posted Date: January 30, 2018



Volpe_Campus_Site_Map.pdf (279.15 Kb) Description: Volpe Center Campus Site Map

Amendment 1 Type: Mod/Amendment

Posted Date: February 8, 2018



Amendment_000001_SF30.pdf (82.76 Kb) Description: Amendment 000001 - SF30

Amendment 2 Type: Mod/Amendment

Posted Date: February 8, 2018



Pre-Proposal_Site_Visit_Minutes.pdf (22.90 Kb) Description: Amendment 000001 - Pre-proposal Site Visit Minutes

Amendment 3 Type: Mod/Amendment

Posted Date: February 8, 2018



Amendment_000001_Contractor_Questions_and_Government_Responses.pdf (41.45 Kb) Description: Amendment 000001 - Contract Questions and Government Responses

Amendment 4 Type: Mod/Amendment

Posted Date: February 8, 2018



Amendment_000001_revised_SOW.pdf (52.52 Kb) Description: Amendment 000001 - Revised Statement of Work

Amendment 5 Type: Mod/Amendment

Posted Date: February 8, 2018



Attachment_2_-_Floor_Plans.zip (3219.48 Kb) Description: Floor Plans



Contracting Office Address: 55 Broadway
Kendall Square
Cambridge, Massachusetts 02142-1093
United States


Place of Performance: 55 Broadway
Cambridge, Massachusetts 02142
United States


Primary Point of Contact.: Christine L. Guy, Contracting Officer

[email protected] Phone: 6174943559