Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2008 FBO #2358
SOLICITATION NOTICE

56 -- PEST CONTROL SERVICES

Notice Date
5/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
IHS-SOL-0800100
 
Point of Contact
yolanda c reyna,, Phone: 918/342-6511, Avis Longhorn,, Phone: 918/342-6509
 
E-Mail Address
yolanda.reyna@ihs.gov, avis.longhorn@ihs.gov
 
Small Business Set-Aside
Very Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is IHS-SOL-0800097 for pest control services. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This acquisition is 100% Set-aside for emerging small businesses. The NAIC code is 56170 and the emerging small business size standard is half the NAICS code dollar threshold $6.5m. Base Year is for the Period June 1, 2008 or date of award through May 31, 2009 Line Item 1 is Pest Control. 12 months at $____ per month = $____. Option Year 1, for the period June 1, 2009 through May 31, 2010 Line Item 1 is Pest Control. 12 months at $___ per month = $___. Option Year 2 is for the period June 1, 2010 through May 31, 2011 Line Item 1 is Pest Control. 12 months at $___ per month = $___. Option Year 3 is for the period June 1, 2011 through May 31, 2012 Line Item 1 is Pest Control. 12 months at $___ per month = $___. Option Year 4 is for the period June 1, 2012 through May 31, 2013 Line Item 1 is Pest Control. 12 months at $___ per month = $___. The FOB point is Claremore Indian Hospital, 101 S. Moore Avenue, Claremore, Oklahoma 74017. Evaluation will be based on price and past performance. Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The clause found at FAR 52.212-4, Contract Terms and Conditions – Commercial Items applies to this acquisition. The clause found at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. FAR 52.212-1 Instructions to Offerors – Commercial applies to this acquisition. http://www.arnet.gov/far/ Offers are due May 23, 2008, 4:30 p.m. CDT at Claremore Indian Hospital, Support Services, 101 South Moore Avenue, Claremore, Oklahoma 74017. Contact Yolanda Reyna at fax number 918-342-6675 for information regarding the solicitation. The Statement of Work is as follows: PURPOSE To provide pest control services through scheduled spraying and emergency callback to spray the Claremore Indian hospital buildings and grounds located at the Claremore Indian Hospital, Claremore, Oklahoma. Claremore Indian Hospital is a 50 bed general medical and surgical hospital, 102,000 sq. ft with two detached buildings @ 860 sq. ft and 300 sq. ft. SCHEDULE 1.Contractor shall perform work under this contract only during the time outlined below: a.Scheduled Interior Spray: Monday through Friday, 5:00 p.m. to 9:00 p.m., Federal holidays are excluded. Services must be completed by 9:00 p.m. b.Scheduled Exterior Spray: Saturday, 8:00 a.m. to 5:00 p.m. c.Unscheduled Call Backs: 7 days a week, 24 hours a day. d.Dietary Department between 7:00 p.m. – 9:00 p.m., Monday through Friday. 2.Contractor will NOT be authorized to fragment the work required under this contract. Contractor must ensure that work is scheduled in such a manner that when it is started it will be completed without interruption. Contractor’s personnel should not leave site to perform work required by contractor’s other service calls. 3.For callback services, the contractor will spray the adjacent and surrounding areas in addition to the problem office/location. Facility Management will provide a list of areas to spray. SERVICES a.All services include the extermination of insects and animal pests or other pests that may periodically present a problem, such as rats, mice, roaches, ants, silverfish, bedbugs, fleas, mosquitos, weevils, cereal or flour beetles, moths, carpet beetles, termites or other fabric pests. The service shall also include eradication of such animal pests such as skunks, moles, gophers, pigeons, starling and bats. Extermination procedures are required to be done in the exterior of the building as well as the interior. See attached floor plan of hospital. b.Provide scheduled monthly interior exterminating service, scheduled semi-annual exterior exterminating services to include crawl space and unlimited call-backs to include all costs of travel, labor, materials, supplies and equipment. c.Scheduled Interior Spray: Contractor will provide monthly exterminating services during the contract period within the interior of the facility. 1.A cover sheet with instructions and layout drawings of our facility indicating departments and offices will be provided by the Facility Manager to the contractor for completion at each visit. 2.A schedule of dates will be provided by Facility Manager upon award of contract. d.Scheduled Exterior Spray: Contractor will provide exterior exterminating services within the hospital boundaries to include parking lots and grassed areas once a month during the period of April, May, June, July, August and September. A cover sheet with instructions and layout drawings of our hospital grounds, which indicate parking, streets and grass areas will be provided by Facility Manager to the contractor for completion at each visit. A schedule of dates will be provided by the Facility Manager upon award of contract. e.Unscheduled Callbacks: Contractor will provide twelve (12) callbacks during the period of contract coverage. Contractor shall be on job site on the same day of the request between the hours of 4:30 p.m. to 8:00 p.m. or within eight hours of request to furnish services. This telephone number must continuously be attended at all times including nights, weekends and holidays and have immediate available emergency dispatching authority. f.If the extermination of insects and/or rodents as outlined requires the drilling of holes or otherwise defacing the property, the contractor shall obtain written permission to do so and shall restore the property to its original condition. The contractor shall furnish to the Facility Manager the Material Safety Data Sheet (MSDS) of the chemicals to be used as pesticide and rodent control. Contractor shall also provide any precautions or special arrangements that need to be made. The contractor shall use chemicals acceptable to the Division of Forest Insect Research, Forest Service, United States Department of Agricultural or proprietary products registered with the Pesticide Regulation Section, Plant Pest Control Branch, Agricultural Research Service, USDA, under the Federal Insecticide Fungicide and Rodenticide Act, for use as a termite toxicant for which prolonged effectiveness may be anticipated. All pesticides, rodenticides and other chemicals used for the control and/or destruction of pests shall be registered for household use by the United States Department of Agriculture, Agriculture Research Service, and Pesticides Regulations Division and shall conform to Federal, State and Local laws and ordinances. The following pest control chemicals are permitted for use at specified concentrations. However, this list does not prelude the use of other materials which are registered and acceptable for use: Malathion – 2.3% Solution for crack and crevice treatment only in food handling department. Baygon – 1.1% Solution for crack and crevice treatment in food preparation areas. Diazinon- 0.5% Solution for crack and crevice treatment only in all food processing, holding and handling areas. Dursban – 0.5% Solution for crack and crevice treatment only in food areas of the food handling departments. FICA W – 0.25% Solution for crack and crevice treatment only in food areas of food handling departments. No pesticide or rodenticide formulation shall be used in such a way to constitute a hazard to the health of humans or warm-blooded animals. All chemicals shall be used in dilutions and applied in accordance with direction stated on the label registered with the United States Department of Agriculture and/or Environmental Protection Agency. The use of rodenticides other than Red Squill, Warfarin, and Pival shall be restricted to locations specifically approved by the Facility Manager or designate. No pest control chemical shall be permitted to contact any food or utensil in which food is prepared or contained. Food service areas are restricted to crack and crevice treatment and shall consist of injection of proper dilutions of approved toxicants into wall and floor junctures, baseboard openings, openings between fixtures and equipment at joint with walls. Hollow legs of equipment shall also fall into this placement category. Fan spray in food areas is prohibited. Chemicals used for pest control shall not stain surfaces such as floors, baseboards, walls, ceiling, tables and other equipment. Chemicals in liquid form shall be handled with special care in areas having asphaltic, mastic or linoleum floor surfaces. Fluid dilutions shall not be used in electrical wall boxes, electric motors or other areas where insertions may create a fire, shock or explosion hazard. REPORTING REQUIREMENTS Contractor to submit to the Facility Manager the following documents for satisfactory acceptance of the contract: 1.Contractor’s representative must provide a legible copy of the field service report before leaving the site. The field service report shall contain the following minimum information: a.Date of service b.Action taken (call-back, monthly interior spray, etc.) c.List of chemicals used d.Labor hour charges (include site and travel time) e.List of rooms/areas NOT sprayed 2.The MSDS for chemicals that will be utilized. 3.Required hours of work under the Contract The contractor will be required to be on-site in accordance with the minimum amount of time specified below: a.Monthly interior sprays will be a minimum of 2 hours. b.Monthly exterior sprays will be a minimum of 2 hours. CALL-BACK SERVICES 1.Government Personnel Authorized to call the contractor spraying as follows: -Facility Manager or designee -Security Guard -Purchasing Agent or designee -Nursing Supervisor 2.Response Time: Upon request for callback for spraying, contractor shall respond and be on job site within eight hours of request. Contractor has a two-hour response time to answer request for emergency call-back. If contact is not made in two hours, another contractor will be contacted and arrangements made for emergency service. PROFESSIONAL QUALIFICATIONS The contractor shall provide a representative who meets the following minimum professional qualifications and requirements. 1.Evidence of current certification and licensure as a general pest control operator with the State of Oklahoma Department of Agriculture. 2.Comply with state and federal regulations for GP, CA, 7D and Public Health 8.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dffa3134b1ee921471f02f70a825a2e5&tab=core&_cview=1)
 
Place of Performance
Address: Claremore Indian Hospital, 101 S. Moore, Claremore, Oklahoma, 74017, United States
Zip Code: 74017
 
Record
SN01570060-W 20080511/080509215541-dffa3134b1ee921471f02f70a825a2e5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.