DOCUMENT
99 -- Pest Control - Attachment
- Notice Date
- 10/7/2016
- Notice Type
- Attachment
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- VA NAC / 003A4A2;PO Box 76;1st Ave., One Block N of 22nd;Hines IL 60141
- ZIP Code
- 60141
- Solicitation Number
- VA797S16Q0032
- Response Due
- 10/21/2016
- Archive Date
- 11/20/2016
- Point of Contact
- Valerie Wallace
- E-Mail Address
-
6-7680<br
- Small Business Set-Aside
- Total Small Business
- Description
- PERFORMANCE WORK STATEMENT INTEGRATED PEST MANAGEMENT SERVICE 1.SCOPE: Provide all tools, labor, material, equipment, management, supervision and supplies necessary to perform Integrated Pest Management Service (Professional Pest Control Service) for building 37 and building 38, as stipulated in paragraph 2 below, for the VA Service and Distribution Center, Building 37, Hines, Illinois 60141, for a one year base contract, with a potential of four (4) follow-on option years, subject to the availability of funds. 2.DESCRIPTION OF SERVICES: The Contractor shall be fully qualified, to perform Professional Pest Control Service in a Governmental Environment, providing service orientated professionals who are technically qualified to perform pest control services that includes inspections, trap setting, and pesticide application, at the VA Service and Distribution Center, Building 37, Hines, Illinois 60141. Service shall be in accordance with the procedures commercially provided in the market place, as recommended and approved by the COR. The successful Contractor shall perform Pest Control Service, which shall consist of, but will not be limited to, Pest Control Service to be provided two (2) times per month, to be performed on the second (2nd) and fourth (4th) Tuesdays of each month, for a period of twelve (12) months. Pest Control Services shall be performed in all offices, break rooms, restrooms, and warehouse shall be inspected and treated (sprayed, using liquid or powder), for various types of insects, flies, ants, spiders, gnats, fruit flies, and sewer flies, and shall include placement of appropriate traps for roaches, rats, mice, and other area native animals up to the size of raccoons. Services shall include the immediate exterior of the building 37 (approximately 715 feet by 700 feet) and building 38 (approximately 100 feet by 300 feet). The vendor shall use the appropriate chemicals, powders, traps, etc., required to ensure that the pest control service provided, meets the applicable standards for pest control. In the event re-treatments are required, the Contractor shall provide appropriate timely follow-up to execute said services, at the VA Service and Distribution Center, Building 37, Hines, Illinois 60141 facility. a.Call Back Requirement: The contractor shall within 24 hours after receipt of notification by the Contracting Officer or his/her representative, at no additional charge to the Government; re-treat previously treated areas when inadequate control has been detected and identified by the COR. Call back service must occur during normal working hours as described in paragraph 3(b), unless prior approval 'is granted by the Contracting Officers b.All services that are not covered under this agreement: All services not covered under this contract, shall require a separate itemized (detailed) quote and must be approved and funded via a separate procurement, prior to Contractor performance. c.VA Disclaimer on Contractor Performance: Although Contractor performance is mandatory, under this contractual contract agreement for pest control services, the Contractor have the right to not perform any work that jeopardizes company procedures and/or potentially places personnel in a position, which may cause undue hazard or injury. Similarly, the Contractor shall inform the COR when and if any of the task required and or requested under this order, becomes an environment unsafe to perform required/requested task. d. Administrative: Prepare and maintain all formal correspondence in a professional manner and ensure proper distribution of all correspondence, survey results, checklist, schedules and reports in a timely manner. 3.GENERAL PROVISIONS AND INFORMATION: a.Place of Performance: Vendor shall provide fully qualified servicemen, to perform Pest Control Services (both interior and exterior) of the VA SDC Building 37, Hines, Illinois 60141. b.Hours of Coverage: All work will be performed Monday through Friday during the hours of 6:30 A.M. to 4:00 P.M. unless special arrangements are made and approved by the COR, to work outside of the specified days and hours. Services shall be performed in accordance with the stated schedule and as agreed to by the COR and Contractor. c.Holidays: The following listed holidays are observed by the VA Service Distribution Center. Federal Holidays observed by the VASDC are: New Years' Day Martin Luther King Day Presidents' Day Memorial Day Independence DayLabor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day d.Provide a primary member and a secondary member (the secondary member to serve as a backup and or assist the primary individual), who shall be designated to perform service under the terms of this Agreement. e.It shall be the responsibility of the Contractor to make whatever verification thereof and to obtain whatever additional information may be necessary to perform under the terms of this Agreement. f.Reports: Reports will be developed and delivered via email or hand delivered to the COR. Reports shall describe activities of those assigned by the contractor to perform services under this agreement and shall document any/all problems encountered, actual or recommended corrective action that may be required, beyond the scope of this agreement and a summary of funding activity. g. Quality Control: The Contractor shall establish and maintain an effective Quality Control Plan/Program (QCP), approved by the Government, to assure that quality service is provided to meet the requirements of the contract award, in accordance with the PWS. As a part of their QCP, the Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of pest infestation. The Plan shall be initially provided to the Government as a part of the offeror's technical proposal portion of quote. Subsequent to an award, revisions to the Plan may be required based on collaboration between the Contractor and the Government. Thus, a revised QCP shall be submitted to the CO, for acceptance. The Quality Control Plan shall cover all the services listed in the Service Delivery Summary. It must specify the areas to be inspected on either a scheduled or unscheduled basis, and how often inspections shall be accomplished. The VA retains the ultimate rights to inspection, evaluation, and acceptance/rejection of all tasks, and subtasks related to the stated PWS and the overall requirement. h.Pesticides and Pest Control Materials: The contractor shall submit a list of pesticides and materials, intended for use prior to any application. The listing of pesticides and materials shall be submitted to the COR for approval. All pesticides shall be accompanied with an MSDS. Note: Substitutions can be made at any time if a current MSDS is on file with the COR. 4.CONFORMANCE STANDARDS: Contractor shall ensure that the services required and provided under this contractual agreement conforms to the latest standards and acceptable practices of the trade/industry, as related to applicable state and local regulatory authorities, OSHA, NFPA, EPA, VA, Life Safety, and all others that maybe applicable. All Pest Control Services shall be conducted as Integrated Pest Management Tasks, and shall be accomplished in a manner to meet the guidelines as shown in National Pest Control Association's Good Practice Statement, and the Illinois Pesticide Act 415 JLCS 50 (Environmental Safety) (Pesticide Use and Control). All work performed shall be in compliance with applicable regulatory authorities, manufacture specifications and VA Safety Policies and procedures. 5.CONTRACTOR PERSONNEL (TECHNICIANS): a.The Contractor shall provide "fully qualified" servicemen (technicians), for the services requested under this agreement. Technicians of the contractor shall be certified applicators designated in writing by the contractor to perform work under this contract. A copy of their state certification, showing the various categories certified, shall be submitted to the Contracting Officer prior to their reporting for work. All applicators must have visible on their uniform, their name and their company name, so they are easily recognizable at all times. In cases where the contractor has two or more persons reporting to work under the contract, one of these will be designated as the supervisor and must be fully certified in all pest management categories in which work is to be performed. Only certified employees may assist the supervisor in the performance of the work as long as they are in immediate contact with and visible to the supervisor. The supervisor will assume all responsibility for their work. On each visit, the applicator(s) shall report to the COR prior to performing any work. Note: Certification shall mean a current Certificate of Competency in Pest Management in any and all categories or sub-categories as identified by the state in which work is being performed under the contract. All other definitions are as defined in CFR 40, Subchapter E, Parts 162-180. b.It shall be the Contractor's responsibility to ensure that the two (2) Technicians assigned to the VASDC Facility frequent the facility to get familiar with the facility and locations that service shall be performed. c.Contractor personnel shall notify the COR prior to performing work. d.The Contractor shall not employ persons for work on under this Contract, if such employee is identified to the Contractor by the Contracting Officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. e.The Contractor's personnel shall present a neat appearance and be easily recognized. This shall be accomplished by wearing distinctive clothing bearing the name of the company. f.The Contractor shall ensure that employees have all current and valid professional certifications before starting work. 6.SECURITY/WORKING REQUIREMENTS: a.The successful contractor will perform work in and around an occupied Government building of professional members and dignitaries within the Department of Veteran Affairs, conducting highly important business on behalf of our country's Veterans. The work site is a secure site that will require the successful contractor to access various sensitive areas in the prosecution of work. In some instances, the Contractor may be required to access various security systems. Based upon the designed task, Special Agency Checks, and or National Agency Checks, and or other investigation checks, may be required before performance can began in these locations. In such instances, background investigations may be required and shall be coordinated between the Government and the contractor. In the event these actions are required, favorable results must be obtained on all individuals requiring access to stipulated areas. The contractor is advised that the VA retains the right to request that an employee of the contractor's be removed and replaced with another employee of the same or exceeding qualifications, based on unfavorable results of an investigation. In such instances, the Contractor shall comply, providing a replacement employee at an agreed upon date and time as agreed between the Contractor and the Contracting Officer. In the event background investigations are required the follow actions will be executed by the Government: 1.The VA Office of Security and Law Enforcement will provide the necessary forms to the Contractor, or to the Contractor's employees, after receiving a list of names and addresses. 2.Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. 3.The VA Office of Security and Law Enforcement will notify the CO, and Contractor, of adjudication results received from OMB. 4.Upon being notified about a favorable determination, the CO may issue a notice to proceed to the Contractor. b.As The contractor will be required to keep roads, walks and entrances to grounds, parking, and to occupied areas of buildings clear of pest control materials, debris and equipment/vehicles. Submittals regarding staging of any equipment, storage of supplies, etc. are required and must be approved, prior to action. 7.GOVERNMENT EQUIPMENT:During the performance of this Contract the Contractor shall utilize their company owned products, equipment, and tools to perform all work. Government tools and or equipment will not be provided. 8.CLEAN-UP:All work men (Contractor Employees) performing task under the resulting award, shall be responsible for clean up as associated with the services being provided in a Government facility. Clean up shall be performed to the satisfaction of the COR, and to the degree of compliance with applicable standards. 9.CONTRACTOR'S PROCEDURES MANUAL AND QUALITY CONTROL MANUAL: All work shall be performed in accordance with the guidelines established by Federal, State and local ordinances and in accordance with the Contractor's Procedures Manual and Quality Control Manual. A copy of the Contractor's Procedures Manual and Quality Control Manual shall be presented to the Contracting Officers Technical Representative, no later than three (3) business days after award, and shall contain procedures including but not limited to the following; a.Pesticide spill clean-up. b.Disposal of unused pesticides. c.Disposal of empty pesticide containers. d.Handling, storage and transportation of pesticides. e.Mixing of pesticides. f.Cleaning and maintenance of pesticide equipment. g.Disposition of trapped animals. h.Trapping animals. i.Bird control (will be billed separately on a case by case basis). j.MSDS and Hazardous Chemicals training. 10.SCHEDULING: a.Pest management tasks shall be scheduled and performed on definite appointed days. The contractor shall be prepared upon arrival, on the scheduled service day, with the chemicals, equipment, and supplies necessary to complete the full range of services offered through this contract. In no event shall the contractor carry on work outside regular agreed-upon working hours without prior approval from the Contracting Officer, or as further designated by the Contracting Officer. b.Completion of Pest Management services at building #37 and #38 will be completed two (2) times per month, performed on Tuesdays (the second 2nd and fourth (4th) week of each month), for a period of twelve (12) months. All locations are to be serviced. Any location not serviced per the schedule will be reported to the COR. Any remaining locations on the schedule not serviced on Tuesday will be completed the next workday during normal working hours, or as agreed to between the COR and the Contractor. c.In the event climate or weather conditions become unsuitable for work, or that pest control treatments/applications have been determined to be a concern that may adversely affect building tenants, staff, or visitors, and/or may induce an environmental hazard, then the entire work shall be rescheduled to a date and time satisfactory to the contractor and the Contracting Officers Technical Representative. Postponement will not reflect any penalties assessed to the Contractor, nor any additional cost to the Government. 11.COVERAGE: The contractor shall provide complete Pest Control Services (Integrated Pest Management Services) for the interior of building #37 and #38 at Hines, Illinois and around the parameter/exterior of buildings. 12.TASKS: Pest Control Services required of the contractor are as follows: a.Inspect to determine which pest management measures are appropriate and required. b.Recommend environmental sanitation practices that restrict or eliminate food, water or garbage for pests. c.Selection and utilization of non-chemical control methods which eliminate, exclude or repel pest (i.e., insect electrocution devices, traps, caulking, air screens, etc.). Collection and disposal of all pests collected per non-chemical methods. d.Selection and use of the most environmentally sound pesticide(s) to affect control when chemical control methods are necessary. e.Control of general structural arthropod pests (i.e., cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, etc.). f.Control flying insect pests (i.e., housefly, stable fly, blow flies, etc.). g.Control predatory pests (i.e., lice, bedbugs, fleas, mites, ticks, bees, wasps, mosquitoes, etc.). h.Control of mice and rats (i.e., house mouse, field mouse, roof rat, norway rats, etc.). i.Control of pest birds (i.e., pigeons, sparrows, blackbirds, etc.). J.Control of other vertebrate pests (i.e., dogs, cats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons, etc.) 13.SAFETY: All rodenticides or traps shall be placed only at times and in the areas approved by the COTR or his/her designee. Rodenticides, and/or traps shall be replaced as necessary and per manufacturer recommendations. 14.SPECIAL PROVISIONS:Contractor personnel performing pesticide applications shall adhere to the following provisions; a.Pest Control Services in Food Handling Areas is limited to only times when food is not being consumed by staff, employees, or visitors. Nor shall pest control applications be administered in these areas while food is being held, processed, prepared, or served. b.The contractor personnel shall at no time enter facility elevators which are occupied while in the possession of pesticides or application equipment. c.Contractor personnel shall utilize pesticides, with as low volatility and as odor free as possible in order to keep odor levels from affecting employees and visitors. 15.INTERFERENCE TO NORMAL FUNCTION:Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 1.In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 2.Contractor personnel shall inform the COTR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COTR or designee. 16.PREPARATION OF CHEMICALS AND DISPOSAL OF HAZARDOUS WASTES:The Contractor shall not mix or prepare chemicals or dispose of any excess pesticide, pesticide containers or any other materials contaminated by pesticides at any location on the medical facility premises. 17.STORAGE OF PEST CONTROL MATERIALS: No pest control chemicals shall be mixed on VA property. No pest control materials or equipment shall be stored or kept at the VA installation when the operator is not working, except in the Contractors' vehicle. 18.PAYMENT/INVOICING: Invoices will be paid in arrears on a monthly basis. All Invoicing shall include Contract Number and the Contract/Purchase Order Number assigned by the VA, with an itemized listing of all charges. The invoices are to be mailed or electronically submitted to: Department of Veterans Affairs Attn: Mr. James Sherry, COR, james.sherry@va.gov and Ms. Valerie Wallace, Contracting Officer, Valerie.wallace1@va.gov 1st Avenue/One Block North of Cermak Building #37, Hines, Illinois 60141 Special l11structions: For accuracy and efficiency in processing, prior to submittal of invoice, the contractor is instructed to verify the cost intended for billing, with COR. Failure to comply with the invoicing instructions may result in delay of invoice processing and payment. 19.LEVEL OF EFFORT: The Contractor is encouraged to propose a Level of Effort (LOE) consistent with their technical approach for the accomplishment of all performance objectives/standards as set forth in the PWS and as detailed in the Service Delivery Summary (below). 20.SERVICE DELIVERY SUMMARY: The Contractor performance requirements are summarized into Performance Objectives that relate directly to mission essential items and required services. The Performance Standards briefly describe the thresholds and or minimum acceptable levels of service required for each task. Based on the objectives and standards described below, performance thresholds are establish to define the quality assurance surveillance plan that will be utilized by the VA to monitor and document Contractor performance.Contractor performance of the objectives will be rated Exceptional, Very Good, Satisfactory, Marginal or Unsatisfactory based on the scoring derived from the number of discrepancies noted per individual task requirement. The COR will conduct surveillance in accordance with the Service Delivery Summary (SDS) table, which may be modified by the VA, based on the Contractor's approved Performance of Work Plan (PWP) and approved QCP. Services specific to the order are as follows: 20.1 SERVICE DELIVERY SUMMARY TABLE _ TaskPerformance ObjectivePerformance StandardPerformance Threshold Pest Control Science Inspections, trap setting, pesticide application, two (2) times per month.Perform Professional, Quality Applications and Effect Treatments, using Environmentally friendly Preferable Products.PWS Para 2, Para 3(g), and Para 4.(0) Discrepancies allowed per Year. Pest Control Science Inspection and Application (sprayed, using liquid or powder) two (2) times per month, to be performed on Tuesdays, the second (2nd) and fourth (4th) week of each month.Provide timely communications, response and on-time.PWS Para 2 Scheduled dates, timeframes, and activities shall be met unless modified by the Government Full payment shall only be made for 100% compliance and acceptance by VA.(2) Discrepancies allowed per Year Pest Control Call Backs.All complaints will be addressed and corrected within (timeframe specified in para 2(a).PWS Para 2 Scheduled dates, time frames, and activities shall be met unless modified by the Government. Full payment shall only be made for 100% compliance and acceptance by VA.(2) Discrepancies allowed per Year Pest Control Service Safety.Provide service in a safe manner, maintaining a Safe environment.PWS Para 2, Para 3(g), and Para 4.(0) Discrepancies allowed per Year. Pest Control Service Trap Setting and Placement.Provide service in a safe manner, maintaining a Safe environment.PWS Para 9, and JAW QCP.(4) Discrepancies allowed per Year 21.DEFINITION/ACRONYMS: oAcceptance Signature - VA employee who has written authority to accept work in behalf of the Government. oAuthorization Signature - COR's signature; indicates COR accepts work status as stated in Service Report. oBest Value - Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. oCDR - Contract Discrepancy Report. oCO - Contracting Officer. oCOR - Contracting Officer's Representative. oCONTRACTOR - The term "Contractor" as used herein refers to both the prime Contractor and his/her employees, and any subcontractors and their employees. The Contractor shall be responsible for assuring that his subcontractors comply with the provisions of this contract. oNFPA - National Fire Protection Association. oOWNER - Department of Veterans Affairs Service Distribution Center. oPerformance of Work Statement (PWS) oPerformance of Work Plan (PWP). oQuality Assurance (QA) - Those actions taken by the Government to assure services meet the requirements of this contractual agreement. oQuality Assurance Evaluator(s) - Government personnel responsible for surveillance of Contractor performance. oQuality Assurance Surveillance Plan (QASP) - An organized written document used for quality assurance surveillance. The document contains specific methods for performing surveillance of the Contractor's continuous performance. oQuality Control Plan (QCP) - A plan/program that indicates the procedures and actions that will be taken by the Contractor to control the production of goods or services so they will meet the requirements of a contract. oVA - Department of Veterans Affairs oVASDC -Veterans Affairs, Service and Distribution Center 22.QUALITY ASSURANCE: The Government will evaluate the Contractor's performance under the resulting award, in accordance with the Quality Assurance Surveillance Plan. When an observation indicates discrepant performance, the COR shall request the Contractor's representative to initial the observation and provide instructions for corrective action. Discrepancy in performance shall be addressed and corrected by the Contractor immediately. In the event the Contractor fails to correct noted discrepancies and within a reasonable time, the Contracting Officer shall follow the authority established at FAR 52.249-8 Default (Fixed-Price Supply and Service) to remediate any issues related to the Contractor's failure to perform satisfactory services, or failure to correct non-conforming works. 23.QUALITY ASSCE SURVEILLANCE PLAN (QASP): Subsequent to the award, the VA will develop a QASP in accordance with the Contractor's approved QCP and approved PWP. The QASP will be incorporated into the Contract at Attachment -A. The QASP will consist of periodic inspections of the services required by the PWS. Periodic/random inspections will be conducted by the COR or his/her designee. Based on the QASP, written evaluations covering the items listed therein will be perfom1ed by the COR and submitted to the Contracting Officer for each task/performance objective. A surveillance report will then be prepared by the CO and forwarded to the Contractor for review, comment, and acknowledgement. The Contractor shall provide written response to the CO within (5) calendar days, in response to said surveillance report. In the case of noncompliance and or poor performance, the Contractor shall respond to any complaints and/or ratings of poor performance within five (5) calendar days, after receipt of the report. All complaints deemed by the COR to require a written response to or from the Contractor, or any follow-on administrative actions, will be submitted to the CO's attention for action and or resolution. 24.CONTRACTOR ACCESSIBILITY: The Contractor shall assign a company representative as a contact point for liaison between the Contractor and the Contracting Officer's Representative (COR). This company representative is expected to participate in all aspects of this requirement, and submit, in writing (memorandum, e-mail or any other medium as specified herein) all correspondence associated with this requirement. The Contractor Company Representative shall have authority to obligate the company and must be available to respond to the concerns of the VA within (2) hours, via telephone and or e-mail. 25.CONTRACTING OFFICER TECHNICAL REPRESENTATIVE (COR): VA Contact Person(s): Mr. James Sherry Officer Telephone: (708) 786-7680 Fax: (708) 786-7719 E-mail: james.sherry@va.gov 26.TESTING, CERTIFICATION AND ACCEPTANCE: Testing and Certification of "Pest Control Service" performed by the Contractor shall be coordinated between the Contractor and the COR. Testing Certification and Government Acceptance shall be conducted to the satisfaction of the COR. Payments can be withheld until final acceptance by the Government. 27.DOCUMENTATION: All documentation, records, and schedules, as described in this PWS that are the responsibility of the Contactor, are the property of the Government and shall remain so upon termination or completion of this contractual agreement. The Contractor shall keep these items current. Documentation records shall be turned over to the Government on conclusion of contractual agreement. In accordance with the requirements as described above in the Description of Services paragraph 2(d) and as described in the General Provisions paragraph 3(h), all related documentation associated with resulting contract award, shall include detailed descriptions of the scheduled services and procedures performed, including any and all call backs/re-treatments required to maintain effective service, in accordance with Conformance Standards or as may be associated with manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. In addition, each service report must, at a minimum, document the following data legibly and in detail: A.Name of contractor; B.Name of Contractor personnel who performed services; C.Contractor service report number/Log number; D.Date, time (starting and ending) and hours on-site for service call; E.Contract number, VA purchase order number, and task description covering the call (if outside normal working hours); F.Description of service and or problem reported by COR (if applicable);Identification of products utilized in service; Itemized description of service pardoned; G.Total Cost to be billed; H.Signatures: 1.Contractor personnel performing services described; and 2.VA employee who witnessed service described. 28.REPORTING REQUIREMENTS: The Contractor shall be required to report to VASDC to log in. This check-in is mandatory. When service is completed, the Contractor's personnel shall document services rendered on a legible service report. The Contractor's personnel shall be required to log out with VASDC and submit the service report to the COR. All service reports shall be submitted to the COR for an "acceptance/authorization signature. If the COR is unavailable; the contractor shall contact Building Management at (708) 786-7844 for instructions. A signed, authorized copy of the service report will be sent to the Contractor after the work can be reviewed by the COR. VA Service Distribution Center PO Box 27 1st Ave. 1 Block North of 22nd Street Hines, Illinois 60141-0027 Prior to starting service, the Contractor's personnel/service representative shall report to the COR. After duty hours: Alternate Contact Person:at (708)_ CONTRACTOR -- Provide telephone number(s) to call for your Service Department. Provide name(s) of authorized contact person(s): Name/Title/Contact Information (Number and Email) Name/Title/Contact Information (Number and Email) Name/Title/Contact Information (Number and Email) 29.PRE WORK ORIENTATION: The successful Contractor shall attend an orientation meeting as arranged by the Contracting Officer's Representative (COR). 30.The Contractor shall be responsible to ensure that Contractor employees coming to the work site will receive the information required above. A survey shall be conducted to verify and confirm locations for pest control treatments and services. Once the survey is completed a general plan for accessing the various areas will be developed between the Contractor and the VA. 31.PROTECTION OF GOVERNMENT PROPERTY: During work execution, the Contractor shall take special care to protect Government property. Damage resulting from Contractor operations shall be repaired by the Contractor, or replacement (if necessary), at no additional cost to the Government. Contractor shall be held responsible for any injuries and/or damage, which may be caused as a result of the Contractors failure to adhere to these requirements, accidental or negligence. 32. DAMAGE: Extreme caution shall be exercised to prevent damage to all Government property. Any damage must be reported to the COR immediately for appropriate action. Any damage caused by the Contractor will be repaired and or replaced to the satisfaction of the VA at the Contractor's expense. 33.COMPLIANCE WITH THE GENERAL SAFETY REGULATIONS: As applicable to on-site services, all Contractors and or subcontractors performing services for the Government shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. 34.INSURANCE: A.Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. B.General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. 35.IDENTIFICATION, PARKING, SMOKING, and VA REGULATIONS: The Contractor's Personnel shall wear visible identification at all times while on the premises of the VA. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking shall be coordinated between the Contractor and the COR. The VA facility will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VA facility. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA facility regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA797S16Q0032/listing.html)
- Document(s)
- Attachment
- File Name: VA797S-16-Q-0032 VA797S-16-Q-0032_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3047019&FileName=VA797S-16-Q-0032-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3047019&FileName=VA797S-16-Q-0032-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA797S-16-Q-0032 VA797S-16-Q-0032_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3047019&FileName=VA797S-16-Q-0032-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;OAL/BRS/FPS Division;Building 37;1st Avenue / One Block North of Cermak;Hines IL
- Zip Code: 60141
- Zip Code: 60141
- Record
- SN04300528-W 20161009/161007233151-5f138277a9038a45eb288f003fd6691c (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 |