Pest Control Services for Arlington National Cemetery

Agency: DEPT OF DEFENSE
State: Virginia
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159890361704219
Posted Date: Apr 22, 2024
Due Date: May 3, 2024
Solicitation No: W91QV1-24-X-0ZWC
Source: Members Only
Follow
Pest Control Services for Arlington National Cemetery
Active
Contract Opportunity
Notice ID
W91QV1-24-X-0ZWC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FT BELVOIR
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 22, 2024 09:30 am EDT
  • Original Response Date: May 03, 2024 06:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 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:
    Fort Myer , VA 22211
    USA
Description

THIS IS A Sources Sought Notice ONLY. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) business development programs, HUBZone, service-disabled veteran-owned, (SDVOSB) woman-owned small business (WOSB), small, disadvantaged business (SDB), economically disadvantaged women owned small business (EDWOSB) are highly encouraged to identify capabilities in meeting the requirements.





MICC – Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified business sources capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, licenses, laboratory testing for any rodents/insects/small mammals that might be hazardous to the environment, implement and develop Integrated Pest Management (IPM) practices, any other items, and non-personal services necessary except for those items specified as Government furnished property and services. The Contractor shall monitor, and control insect and rodent pest and inspect buildings for habitation of indoor insects. The contractor shall perform indoor/outdoor rodent/mammal monitoring and control as defined in the attached PWS.





The basic service objective is to ensure thorough inspection of all areas on both the Arlington National Cemetery (ANC) in Virginia and the United States Soldiers’ and Airmen’s’ Home National Cemetery (USSAHNC) campus in Washington, DC suspected of pest infestation(s) and surrounding areas/facilities as necessary; use appropriate non-chemical technologies to control pests, when possible; judiciously using pesticide products, formulations, and application methods that present the lowest potential hazard to human health, non-target animals, and the environment.



This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) https://www.sam.gov or sam.gov for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 561710 Exterminating and Pest Control Services, with a size standard of $17.5M.



Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, CPT John P. Gathu, at john.p.gathu.mil@army.mil with a with a courtesy copy (cc) to Oswald Pascal, Contracting Officer, at oswald.pascal.civ@army.mil, no later than 03 May 2024 at 06:00 p.m. Eastern Standard Time.





In response to this source sought, please provide:






  1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.






  1. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.






  1. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





The capability packages for this source sought are not a proposal, but rather statements regarding the company’s existing experience in relation to the areas specified above.





No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages.









Attachment 1: Current Performance Work Statement




Attachments/Links
Contact Information
Contracting Office Address
  • 9410 JACKSON LOOP SUITE 101
  • FORT BELVOIR , VA 22060-5116
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 22, 2024 09:30 am 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 >