Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2019 FBO #6536
DOCUMENT

S -- PEST CONTROL SERVICE - Attachment

Notice Date
10/16/2019
 
Notice Type
Attachment
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24220Q0034
 
Response Due
11/4/2019
 
Archive Date
1/3/2020
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION PEST CONTROL SERVICES BATH VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24220Q0034. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. (iv) This procurement is being issued as an open market combined synopsis/solicitation. The North American Industry Classification System (NAICS) code is 561710, Exterminating and Pest Control Services, with a small business size standard of $12 Million. (v) The Contractor shall provide pricing to provide Pest Control Services for the Bath VA Medical Center (VAMC). See table below: TOTAL PRICING Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Year: 12/1/2019 11/30/2020: Routine Pest Control Services 12 Month 0001A Annual Exterior Cluster Fly Spray 1 Annual 0002 Bedbug Removal Service, as needed 10 Each Total Base Year 1001 Option Year One: 12/1/2020 11/30/2021: Routine Pest Control Services 12 Month 1001A Annual Exterior Cluster Fly Spray 1 Annual 1002 Bedbug Removal Service, as needed 10 Each Total Option Year One 2001 Option Year Two: 12/1/2021 11/30/2022: Routine Pest Control Services 12 Month 2001A Annual Exterior Cluster Fly Spray 1 Annual 2002 Bedbug Removal Service, as needed 10 Each Total Option Year Two 3001 Option Year Three: 12/1/2022 11/30/2023: Routine Pest Control Services 12 Month 3001A Annual Exterior Cluster Fly Spray 1 Annual 3002 Bedbug Removal Service, as needed 10 Each Total Option Year Three 4001 Option Year Four: 12/1/2023 11/30/2024: Routine Pest Control Services 12 Month 4001A Annual Exterior Cluster Fly Spray 1 Annual 4004 Bedbug Removal Service, as needed 10 Each Total Option Year Four Total Contact Amount (vi) Description of requirement: The contractor shall provide all requirements identified in the attached Statement of Work (SOW). (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination: Bath VAMC 76 Veterans Ave Bath, NY 14810-0810 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1, and all offers must reference: Solicitation number for this requirement as 36C24220Q0034 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete. Terms of any express warranty, if applicable Quality Control Plan Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 Systems for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (JUL 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical/quality capability, Management and experience, past performance, and price. The government shall evaluate information based on the following evaluation criteria: 1. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualifications of the offeror s capability statement. Factor 1 Quality: Provide a synopsis of offeror s overall approach to quality control/quality improvement. Provide plan for Quality Assurance Surveillance Plan (QASP) that addresses all performance elements and addresses mitigation strategies for customer valid complaints as a result of issues that might arise during the period of performance. Describe proposed plan for performance of services, including the methods used to satisfy all elements described under the Statement of Work. Provide a specific plan outlining strategy/approach to bedbug control. Provide evidence of all required licensures and/or permits as outlined in the Statement of Work section of this solicitation. Factor 2 Management & Experience: Describe management practices relative to performance of the requirements contained in this solicitation. In particular, describe the means of assuring timely delivery of services. Indicate means of maintaining adequate, trained staff. Provide method for, means of scheduling pest services, and other factors to provide adequate, timely performance of services. Describe the offeror s length and breadth of experience in providing pest services, including references and experience in pest services. 2. Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.     3. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the options Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.     (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (OCT 2018) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 852.203-70 Commercial Advertising (MAY 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JULY 2018) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (DEVATION 2019-01) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation. Site Visit: A site visit is scheduled for Thursday, October 24, 2019 at 10:00 am. Please express intent to attend site by Tuesday, October 22, 2019 at 4:00 pm EST to Janine Childs via email at Janine.Childs@va.gov and Cheryl Brimmer via email at Cheryl.Brimmer@va.gov. Meeting location of the site visit shall be disclosed upon receipt of inquiry to attend. All questions from site visit shall be submitted to Janine Childs via email above. (xiv) N/A (xv) This is an open-market combined synopsis/solicitation for the Pest Control Services for the Bath VAMC as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received no later than 12:00 PM EST, Monday November 4, 2019. The government shall only accept electronic submissions via email, please send all quotations to Janine.Childs@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Requests for Information (RFI s) will not be accepted after Tuesday, October 29, 2019 @ 4:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janine Childs, Contracting Officer; Janine.Childs@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24220Q0034/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24220Q0034 36C24220Q0034.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189128&FileName=36C24220Q0034-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189128&FileName=36C24220Q0034-000.docx

 
File Name: 36C24220Q0034 Attach 1 - SOW for Solicitation.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189129&FileName=36C24220Q0034-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189129&FileName=36C24220Q0034-001.doc

 
File Name: 36C24220Q0034 Attach 2 - Map of Facility.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189130&FileName=36C24220Q0034-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189130&FileName=36C24220Q0034-002.doc

 
File Name: 36C24220Q0034 Attach 3 - List of Area or Buildings to be Serviced.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189131&FileName=36C24220Q0034-003.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189131&FileName=36C24220Q0034-003.doc

 
File Name: 36C24220Q0034 Attach 4 - Task and Frequency Chart.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189132&FileName=36C24220Q0034-004.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189132&FileName=36C24220Q0034-004.doc

 
File Name: 36C24220Q0034 Attach 5 - IPMO Plan.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189133&FileName=36C24220Q0034-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189133&FileName=36C24220Q0034-005.docx

 
File Name: 36C24220Q0034 Attach 6 - Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189134&FileName=36C24220Q0034-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189134&FileName=36C24220Q0034-006.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Bath VAMC;76 Veterans Ave;Bath, NY
Zip Code: 14810
 
Record
SN05476205-W 20191018/191016230812-eacfdbbe55836608ea7e01f9dde6ca59 (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.