Louisiana Bids > Bid Detail

Rodent Control

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159208588229342
Posted Date: Feb 21, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/11ec533dd6...
Follow
Rodent Control
Active
Contract Opportunity
Notice ID
12405B24Q0090
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 21, 2024 07:43 am CST
  • Original Published Date: Feb 13, 2024 09:17 am CST
  • Updated Date Offers Due: Feb 23, 2024 04:00 pm CST
  • Original Date Offers Due: Feb 23, 2024 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 09, 2024
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S207 - HOUSEKEEPING- INSECT/RODENT CONTROL
  • NAICS Code:
    • 561710 - Exterminating and Pest Control Services
  • Place of Performance:
    Baton Rouge , LA 70820
    USA
Description View Changes

A second site visit has been scheduled for this project. We will conduct a second site visit on 02/22/2024 at 10:00 AM CST. Please submit the names of the personnel requesting to attend and the name of the company which they will represent to lynn.hults@usda.gov by 02/22/2024 by 8:00 AM CST.





Questions and Answers:



Q1: How long is the contract for?(ex: 1year - 5years)



A1: We’ll go with your 1 month recommendation to rectify the issue.



Q2: What is the size of the facility?



A2: This is for B11 and B22 (they are connected). Total sqft is approximately 10,000 sqft.



Q3: Is the Rodent service for inside and outside or just outside?



A3: Removal inside with one way doors installed to allow exit, but no reentry.





A site visit has been scheduled for this project. We will conduct a site visit on 02/15/2024 at 10:00 AM CST. Please submit the names of the personnel requesting to attend and the name of the company which they will represent to lynn.hults@usda.gov by 02/15/2024 by 8:00 AM CST.





This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B24Q0090 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 561710 (Exterminating and Pest Control Services) with a small business size standard of $17.5. Million.

USDA, ARS, HBL



1157 Ben Hur Road



Baton Rouge, LA 70820



Is looking for procurement of Rodent Control Services which fits with the associated Statement of Work.



The Government anticipates award of a Firm Fixed Price contract.

Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work. Also, please provide past performance information.





Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).

Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting



Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions



Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.242-15 Stop-Work Order; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes – Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference.



To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically.

Quotes must be received no later than February 23, 2024, 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Tuesday February 20, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >