Rodent Control Services Contract
Summary of important facts, details, and requirements
- Location of work
- Baton Rouge, LA, USA
- Bids due date
- February 23, 2024
- Department and office
- AGRICULTURE, DEPARTMENT OF
USDA ARS SEA AAO ACQ/PER PROP - Set aside
- Total Small Business Set-Aside (FAR 19.5)
SBA
This contract is for the procurement of Rodent Control Services for a government facility. The contract is a Firm Fixed Price contract and the government is seeking the lowest priced technically acceptable proposal. The contractor will be responsible for providing rodent control services both inside and outside the facility, including removal of rodents with one-way doors installed to prevent reentry. The contract requires a site visit on 02/15/2024 and quotes must be submitted by 02/23/2024. The evaluation criteria include technical specifications, price, and satisfactory past performance. The contract includes various provisions and clauses related to government regulations and requirements. Contractors must be registered in the System for Award Management (SAM) to be eligible for an award.
Rodent Control
Full details from SAM.gov
- Location of work
- Baton Rouge, LA, USA
- Bids due date
- February 23, 2024
- Department and office
- AGRICULTURE, DEPARTMENT OF
USDA ARS SEA AAO ACQ/PER PROP - Set aside
- Total Small Business Set-Aside (FAR 19.5)
SBA
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.