This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-22-R-0003 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2022-04 and the Defense Federal
Acquisition Regulations (DFARS) updated 28 February 2022. This requirement is being set- aside for Small Business and only qualified offerors may submit quotes. The North American Industrial Classification System Code (NAICS) is 561710 with a standard size of $11 Million. The Government contemplates an award of a Firm Fixed Price purchase order for termite fumigation at the 1108th TASMG, located in Gulfport Mississippi.
CLIN 0001: Termite Fumigation at 1108th TASMG. The unit of measure is Job, with a quantity of 1
Purpose. Six AN/ASM electric shop trailers have been identified as being infested with Formosan termites, which are considered an invasive species. These assets have been damaged beyond repair and disposition has been issued for turn-in of all six units. All require fumigation and certification that invasive species has been exterminated prior to movement to USPFO. All services will be performed on site at the below address:
Place of Performance:
1108th AVCRAD
Hangar 1, Hewes Avenue
Gulfport, MS 39507
Period of Perfomance:
The POP shall be 30 days; approximately 25 March 2022- 24 April 2022.
Basis Of Award: Award will be made on the basis of lowest priced offer and satisfies all the minimum requirements per the attached Statement of Work. Detailed description of minimum requirements and unit are included within the Statement of Work. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.
Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made(all or none) to one vendor.
All offerors must include Fed Tax ID #, CAGE and DUNS Number. All potential sources shall be registered within SAM.gov,
https://sam.gov/portal/publis/sam in order to be considered eligible for award.
Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.
Proposals are due: No later than 1 PM CST, CST, 24 March 2022. Submit quotes via email to Brian P. Fortune, brian.p.fortune.mil@army.mil. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Brian Fortune, brian.p.fortune.mil@army.mil. Questions must
be received no later than 23 March 2022. Requests for a copy of the solicitation will not receive a response.