DOCUMENT
S -- Pest Control Services - Attachment
- Notice Date
- 2/3/2012
- Notice Type
- Attachment
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of Veterans Affairs;VA Black Hills HCS;Hot Springs Campus;500 N 5th St;Hot Springs SD 57747
- ZIP Code
- 57747
- Solicitation Number
- VA26312R0176
- Response Due
- 2/10/2012
- Archive Date
- 3/11/2012
- Point of Contact
- Don Gilbert
- E-Mail Address
-
ment
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This RFP will also use the procedures under FAR Part 13. In accordance with 13.106-2, the contracting officer may take into consideration information such as the contracting officer's knowledge of and previous experience with the services being acquired or other reasonable basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference/solicitation number is VA-263-12-R-0176 CSS and the solicitation is issued as a Request for Proposals (RFP). The combined synopsis/solicitation will result in a contract to the successful offeror. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and the (VAAR) (Federal Acquisition Circular) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. Only emailed requests received directly from the requester are acceptable. Place of Performance: VA Black Hills Health Care System locations: 1) Hot Springs SD, 57747 USA 2) Ft. Meade SD, 57741 USA 3) Rapid City SD, 57701 USA The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda, VAAR 852.273-74 Award Without Exchanges; 852.270-1 Representatives of Contracting Officers. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance, and Technical Capability to meet the governments requirements. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price; Technical Evaluation Criteria: The following Technical Evaluation Criteria will be used to evaluate proposals. Criteria are listed in the order of their importance. 1) Adequate documentation and explanations demonstrating ability to perform the tasks specified in the Performance Work Statement (PWS). 2) Possession of current required permits and business licenses allowing (or that will allow) performance of the contract. 3) Explanation of how monthly VHA and other regulatory required reports will be provided. Sample reports include; amounts of pesticides applied, areas inspected/treated, locations of traps, etc. 4) Explanation of method (or a sample plan) for insuring that building inspections will be performed in accordance with PWS requirements. 5) Evidence of company experience in treating for all potential pests listed within the PWS. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its proposal (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your proposal. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b. of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representations 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: 99410 - Pest Controller, Monetary Wage: 16.54/Hr, Fringe: H&W 3.59/Hr Wage Determination No.: 2005-2485, Revision No.: 10, Date Of Revision: 06/13/2011 (Attached) Other Applicable Clauses/Provisions: FAR 52.212-2, Evaluation -- Commercial Items FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.216-21, Requirements FAR 52.228-5, Insurance ”Work on a Government Installation FAR 52.232-19, Availability of funds for Next Fiscal Year FAR 52.237-3, Continuity of Services VAAR 852.203-70, Commercial Advertising VAAR 852.237-70, Contractor Responsibilities VAAR 852.270-1, Representatives of contracting officers VAAR 852.273-74, Award without exchanges VAAR 852.273-76, Electronic Invoice Submission To be awarded this contract, the offeror must be registered in the CCR database. CCR information may be found at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. There are no applicable Numbered Notes that apply. Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit a complete proposal including technical data and pricing to this office for consideration. RESPONSES ARE DUE BY FRIDAY, FEBRUARY 10th, 2012 AT 11:00 AM MST. E-mailed proposals are preferred and will be accepted. Send to Donald.gilbert@va.gov Vendors electing to send original proposal via mail will forward a signed original copy with supporting documents to: VA Black Hills Health Care System LOG/CON Attn: Don Gilbert 500 N 5th St, Hot Springs, SD 57747 Electronic copies must also be included. Contact Don Gilbert at (605) 745-2000 ext. 2178 for more information regarding this solicitation. All questions must be submitted in writing to Donald.gilbert@va.gov. PART B PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT TOTAL AMOUNT NO. SUPPLIES/SVCS PRICE 1 12 Months ______ __________ Pest Control Services for Black Hills VA locations in Hot Springs, Ft. Meade and Rapid City SD. GRAND TOTAL --- =============== B.2 Period Of Performance Period of performance will be from March 1, 2012 thru February 28, 2013 GENERAL INFORMATION - PERFORMANCE WORK STATEMENT General Intention: Perform Integrated Pest Management (IPM) Services for the Dept. of Veterans Affairs, Black Hills Health Care System located at Hot Springs, Fort Meade, and Rapid City, South Dakota, hereinafter referred to as VA. IPM is defined as a process for achieving long term, environmentally sound pest suppression through the use of a wide variety of technological and management practices. General Requirements: Contractor shall adhere to local VA Policy FAC-10 (Attached). Contractor shall implement an approved IPM program for the VA. The Contractor shall use control strategies that extend beyond the application of pesticides to include structural and procedural modifications that reduce food, water, harborage, and access used by pests. Contractor shall perform detailed inspections that result in recommendations for a treatment plan. The Contractor shall provide all supplies, materials, equipment, labor, supervision, management and transportation to perform all tasks. Contractor Compliance: Contractor shall assume full responsibility for compliance with the Green Environment Management Systems (GEMS); Federal Insecticide Fungicide Rodentcide Act (FIFRA); Environmental Protection Agency (EPA); and the Occupational Safety and Health Administration (OSHA) regulations as they apply to IPM. Contractor shall perform all work in accordance with the guidelines established by Federal, State and local ordinances and as shown in the National Pest Control Association's Good Practice. Building Inspections: Contractor shall provide a pest control plan to inspect all areas of the VA facilities for pest infestation and pest prevention measures. At a minimum: 1) Food service areas shall be inspected monthly 2) Operating Rooms (OR) shall be inspected quarterly 3) Supply Processing and Distribution (SPD) areas shall be inspected quarterly 4) Patient treatment areas shall be inspected semi-annually 5) All other areas shall be inspected at least annually. Problems indentified between inspections shall be handled immediately. During inspections the Contractor shall: a. Determine which IPM measures are appropriate and required b. Recommend environmental sanitation practices that restrict or eliminate food, water, or harborage for pests. c. Utilize basic methods (caulking, sealing cracks, etc.) for exclusion of pests. In addition, the Contractor shall make recommendations that may require action by the VA to achieve adequate pest management. d. Select and utilize non-chemical control methods that eliminate, exclude or repel pests, i.e., insect electrocution devices, traps, caulking, air screens, etc. e. Select and use the most environmentally sound pesticide(s) to effect control when chemical control methods are necessary. f. Determine and implement a course of action if the facilities have issues with cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, bees, wasps, houseflies, stable flies, blowflies, lice, bedbugs, fleas, scabies, mites, ticks, mosquitoes, scorpions, chiggers, saw tooth grain beetles, red/confused flour beetles, grain moths, house mice, field mice, mice, roof rats, Norway rats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons, pigeons, starlings, sparrows, magpies, and any wood destroying organisms. g. Identify, remove and clean any droppings that are known to be a health concern in ceilings, barns, or other public areas. h. Continue to monitor treated areas to insure control measures were adequate. Scheduled Work: Pest management tasks shall be coordinated with the Contracting Officer's Technical Representative (COTR) to be acheived on an agreed upon time schedule. Sheduled work should be performed during normal business hours of Monday through Friday, 7:30 am to 4:30 pm, excluding holidays. In circumstances when the most efficient time to inspect and develop a treatment plan are after normal business hours, prior approval must be obtained from the COTR. Treatment applications in areas where personnel will be present shall be coordinated in advance with the COTR to allow individuals with special health needs to be reasonably accomodated. When pesticides are used in a large scale application, the COTR and VA Safety Office shall be notified in advance. In the event weather conditions become unsuitable for planned work or may induce an environmental hazard, the entire work process shall be stopped and evaluated for continuation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/VA26312R0176/listing.html)
- Document(s)
- Attachment
- File Name: VA263-12-R-0176 VA263-12-R-0176 CSS.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293604&FileName=VA263-12-R-0176-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293604&FileName=VA263-12-R-0176-000.doc
- File Name: VA263-12-R-0176 FAC-10 PEST CONTROL DTD 08-18-11.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293605&FileName=VA263-12-R-0176-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293605&FileName=VA263-12-R-0176-001.DOCX
- File Name: VA263-12-R-0176 WD 05-2485 - MEADE COUNTY.TXT (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293606&FileName=VA263-12-R-0176-002.TXT)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293606&FileName=VA263-12-R-0176-002.TXT
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-12-R-0176 VA263-12-R-0176 CSS.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293604&FileName=VA263-12-R-0176-000.doc)
- Place of Performance
- Address: VA Black Hills Health Care System Facilities;Locations:;Hot Springs SD,;Ft. Meade SD,;Rapid City SD
- Zip Code: 57747
- Zip Code: 57747
- Record
- SN02667716-W 20120205/120203234818-6a740689bcbc1a739fcef9b3109ade6c (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 |