SOLICITATION NOTICE
S -- FY20 Pest Control Biloxi
- Notice Date
- 11/25/2019 1:17:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0069
- Response Due
- 12/11/2019 8:59:59 PM
- Archive Date
- 01/25/2020
- Point of Contact
- Anthony MitchellNCO 16Overton Brooks VA Medical Center510 E. Stoner AveShreveport , LA 71101318-990-4068
- E-Mail Address
-
anthony.mitchell4@va.gov
(anthony.mitchell4@va.gov)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/OffersOriginal Date: 10/12/17COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMSGeneral InformationDocument Type: Combined Solicitation/SynopsisSolicitation Number:36C25620Q0069Posted Date:11/25/2019Original Response Date:12/11/2019Current Response Date:12/11/2019Product or Service Code:S207Set Aside (SDVOSB/VOSB):SDVOSBNAICS Code:561710Contracting Office AddressNetwork Contracting Office 16510 East Stoner Ave.Shreveport, LA 71101DescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06 (effective 10/10/2019).The associated North American Industrial Classification System (NAICS) code for this procurement is 561710, with a small business size standard of 20.5 Million.The Gulf Coast Veterans Health Care System (GCVHCS) is seeking to purchase Pest Control Services. All interested companies shall provide quotations for the following: STATEMENT OF WORKPEST CONTROL SERVICESDESCRIPTIONThe Gulf Coast Veterans Health Care System (GCVHCS) which includes the VA Medical Center Biloxi MS, Joint Ambulatory Care Center (JACC), Pensacola, FL; Eglin VA Clinic, Eglin Air Force Base (AFB), FL., Magnolia (OPC) Panama City, FL has a need for Integrated Pest Management Services (IPMS) that are a part of a comprehensive Integrated Pest Management (IPM) program. IPM is a process for achieving long term, environmentally sound pest suppression through the use of a wide variety of technological and management practices. Control strategies in an IPM program extend beyond the application of pesticides to include structural and procedural modifications that reduce the food, water, harborage, and access used by pests. Contractor provided IPMS will be utilized as stated within Statement of Work. IPMS will be utilized in all grounds, interior and exterior of all buildings herein the GCVHCS. IPMS REQUIREMENTSContractor shall furnish all supervision, labor, materials, and equipment necessary to accomplish the surveillance, trapping, treatment, pesticide application, and pest removal components of the IPM program. The Contractor shall provide detailed, site-specific recommendations for structural and procedural modifications to aid in pest prevention during normal business hours of 8:00am to 4:30pm, Monday through Friday excluding the 10 holidays observed by the Federal Government, and any other day specifically declared by the President of the United States to be a national holiday. Any work that needs to take place outside of the scope of normal business hours shall be approved by the Contracting Officer s Representative (COR) (or other authorized designee/representative) prior to the commencement of work. The contractor shall provide services at the following locations:Gulf Coast Veterans Health Care System, 400 Veterans Avenue, Biloxi, MS 39531Joint Ambulatory Care Center (JACC) 790 Veterans Way, Pensacola, FL 32507Eglin VA Clinic, 100 Veterans Way, Eglin Air Force Base, FL 32542Panama City Beach VA Clinic, 2600 Veterans Way (Magnolia Beach Road) Panama City Beach, FL 32408Contractor shall meet the performance expectations of the client in eradicating and suppressing the following pests:Indoor populations of rats, mice, wasps, cockroaches, ants, flies, spiders, and any other arthropod or common pest including bed bugs. Pests that are located outside of the specified buildings, but within the property boundaries of the buildings including: live animals, raccoons, snakes, woodchucks, etc. Contractor must have capacity to eradicate bed bug infestation by means of convection heat treatment methodMust be able to furnish and operate Heat Unit(s) and fan(s) equipment to raise room temperature above 120 degree Fahrenheit and hold temperatures at that rate for minimum of five hoursMust be able to provide same day heat treatment within four (4) hours of notification of positive bed bug sighting. Notification will be given during normal business hours 8:00AM 4:30PM, Monday - Friday.Must be able to treat a minimum of 2,000 sq. ft in same day service. Contractor must be able to provide same day emergency pest control services within one (1) hour of notification by telephone or email. Notification will be given during normal business hours 8:00AM 4:30PM. Same day treatment includes:Bed bug inspection by Pest Technician or K-9Other pest emergencies as identified by CORContractor shall within 12 hours after receipt of notification by the Contracting Officer or his/her representative, and at no additional charge to the Government re-treat previously treated areas when inadequate control (as per specifications) are obtained.Contractor shall submit a list of pesticides for intended use in critical areas for approval by the Chief, EMS, prior to any application. The planned use of pesticides in these areas requires recognition of the attendant hazards to occupants, supplies, equipment, and surfaces. No substitution can be made at any time without prior approval from Chief, EMS. Critical Areas (As determined by local medical facility and G-3, M-l, Part VII Guidelines) are as follows: Pharmacy, Research Facilities, Operating Rooms, Intensive Care Units, Respiratory Care Areas, SPD, Hemodialysis, Community Living CenterContractor must treat the following unoccupied buildings listed: Utility Rooms, Crawl spaces under structures, Water Valve Pits (spray for black widow spiders), Mechanical AreasContractor must treat housekeeping closets monthly.Contractor will install/Furnish Insect Light Traps (ITL) in locations denoted on Attachment 1 as needed. Light trapping equipment must be offered in different sizes for different applications. All ITL must have COR approval before hanging. Contractor shall report to:GCVHCS: 400 Veterans Ave. Biloxi, MS. 39531. Building 3, Room 1D104.JACC: 790 Veterans Way. Pensacola, FL. 32507. Room 1D112Eglin Outpatient Clinic: 100 Veterans Way, Eglin AFB, FL. 32542. Room 191Panama City (Magnolia) Outpatient Clinic: 2600 Veterans Way (Magnolia Beach Road) Panama City Beach, FL 32408. Room 1B117 on scheduled days, for information in regard to location of infestation and for pest work orders submitted. They will submit a written report of all activities following each visit and enter said report in a log book kept in the office, with the signature of the COR or designee responsible. The contractor shall furnish the following pest management documentation weekly/monthly: The name and address of the individual who applied the pesticide.The location, by building and room number where each pesticide was supplied.The pest or pests against which the pesticide was applied.The date and time of application.The brand name of the pesticide applied.The name of the pesticide manufacturer, or the federal environmental protection agency registration number of the pesticide.The rate of application or amount of the pesticide applied, and the total area treated.All IPM Services performed during the work shift shall be documented and submitted to the Chief, EMS or his/her designee.Only certified operators designated by the Contractor may perform work under the contract. Such operators must bear the Contractor's signed designation. They shall have visible on their person identifying uniforms bearing the individual's name and the company name so that they may be easily recognizable at all times. They should also have a GCVHCS badge identifying them as a Vendor. On each visit, the operator(s) shall report to the Chief, EMS or his/her designee prior to performing any work. Each building must be sprayed with protective outer pesticide around perimeter of building (at minimum of three feet up and three feet out) annually. Each facility/building must be equipped with catch-all mouse trapping stations at each entrance, which are meant to capture small pests prior to entry into facilities. Quarterly K-9 bed bug inspections will be performed Buildings 14, 15, 19, 25, and 30.Food handling areas shall be treated twice monthly but limited to only times when food is not being held, processed, prepared, served, and while not occupied by facility employees. These areas are to be treated on the 1st and 3rd Wednesday nights between the hours of 8PM and Midnight after normal business hours and are subject to additional treatments if necessary. This is to include the Starbuck s location dining rooms, and vending machine areas. Contractor will make recommendation for termite control only if conditions are noted. COR will determine on a case by case situation.SCHEDULE OF IPMSSee Attachment 1Installation Services include set up of ITL, catch all stations, and perimeter residual application to all buildings listed in Attachment 1.The pest control agent will work at Gulf Coast Veterans Health Care System (Biloxi, MS, Pensacola, FL, Eglin AFB, FL, Panama City, FL) and shall treat all areas with a thirty (30) day residual chemical and anticoagulant bait for rodent control. The chemical used may vary but will conform to the Environmental Protection Agency's chemical standards. Outside pest control treatment for mosquitoes will be completed after normal working hours during the months of April through September.Pest management tasks will be scheduled to be performed on definite appointed days and in no event shall the Contractor carry on work outside regular ""agreed-upon"" working days without prior approval of the Chief, Environmental Management Service (EMS).Contractor will provide outdoor bait stations for rodents that will be inspected weekly.COMPLIANCE/ REGULATIONS Contractor shall obey all Environmental Protection Agency (EPA) regulations.Every pesticide bought, sold, or used in the United States must, by law, be registered by the U.S. EPA and in each of the sates. EPA approves not only the product itself, but also each separate use for which it is intended, and the product label. Contractor is responsible for applying only those pesticides that are registered. Contractor shall obey all Department of Transportation (DOT) regulations.Shipment of pesticides and other dangerous substances across state lines is regulated by the federal DOT. Contractor shall obey all Occupational Safety and Health Administration (OSHA) regulations.Contractor shall be required to furnish to the Gulf Coast Veterans Health Care System (prior to initial application of pesticides) the trade names (if any) and the chemical names of the chemical used and a label showing the contents, the strength of the chemical (ratio) and the antidote thereof (Safety Data Sheets). Contractor shall furnish the same information each time he changes chemicals or products to be used in the performance of this contract. This information is required by the medical center in the event emergency treatment is required by accidental ingestion or and/or contact with the material by humans.No pest control materials or equipment shall be stored on the Medical Center grounds which the operator is not working with, without the express approval of the COR.Contractor shall be appropriately licensed and permitted in the State of Mississippi and Florida to perform pest control services, including wood destroying insect evaluation and control. Must have current knowledge and recent experience in the commercial application of pest control treatments and execution of pest control services. Contractor will provide a list of current and past pest control contracts held with reference information provided. If the contractor is not the primary company providing pest management they must provide the name, information and certification of the sub-contractor.INSPECTIONThe right is reserved to thoroughly inspect and investigate the contractor s vehicles, equipment, business reputation, past performance history and other qualifications, and to reject any offer, irrespective of price, if it shall be administratively determined lacking any of the essential necessary to assure acceptable standards of performance. PERFORMANCE REQUIREMENTS SUMMARYThe contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These minimums do not relieve the contractor from performing 100% of all work requirements, nor all other PWS requirements. These thresholds are critical to mission success. Work must be accomplished according to the terms, conditions and specifications stated in the contract.TaskIDIndicatorStandardAcceptable Quality LevelMethod of SurveillanceIncentiveRatingGeneral1Eradicating and suppressing pest. See paragraph 2 (a) and 2 (b).No more than 2 valid customer complaints per months. No more than 2 unsatisfactory inspections per month100%Validated User/Customer ComplaintsInspectionPositive Past Performance & Exercise of Option Period2Eradicate bed bug infestation by means of convection heat treatment method. See paragraph 3. (a c)No more than 2 valid customer complaints per months. No more than 2 unsatisfactory inspections per month.100%Validated User/Customer ComplaintsInspectionPositive Past Performance & Exercise of Option Period3Quarterly K-9 bed bug inspections will be performed Buildings 14, 15, 19, 25, and 30. See paragraph 16No more than 2 valid customer complaints per months. No more than 2 unsatisfactory inspections per month.100%Validated User/Customer ComplaintsInspectionPositive Past Performance & Exercise of Option Period4Provide daily reports and records in accordance with the Statement of Work.. See paragraph 10100% Compliance100%Direct ObservationInspectionPositive Past Performance & Exercise of Option Period Attachment 1Area/Building Approximate Gross Square FootageBldg. 1 Main Hospital, Chapel and Morgue 122,400Bldg. 2 Prosthetic, C&P and Administrative Offices 76,170Bldg. 2 Connecting Corridor 11,200Bldg. 3 Emergency Dept., Surgery, Clinical Area and Administrative Offices 154,490Bldg. 3a Extension East End-Boiler Plant 7,348Bldg. 5 Residents Dorm 13,200Bldg. 6 Directors Residence 3,000Bldg. 7 Staff Residence 5,000 Bldg. 8 Resident Engineers 5,000Bldg. 9 Old Warehouse 9,400Bldg. 10 Engineering Administrative 8,200Bldg. 12 Gate Shack 1,000 Bldg. 14 Blind Rehab 55,600Bldg. 15 Community Living Center 98,913Bldg. 16 FMS Carpenter and Preventive Maintenance 5,100Bldg. 17 Recreation Service, Police Service and AFGE 15,670Bldg. 18 Credit Union 2,520Bldg. 19 Mental Health Administrative and PRRPT Program 76,170Bldg. 21 Canteen, Kitchen and Dining 22,400Bldg. 25 Mental Health 96,617 Bldg. 26 AM&M Warehouse and Administrative Offices 45,500Bldg. 27 Heavy Equipment Mechanic Shop and GM Shop 5,280 Bldg. 28 Parking Garage 350,000Bldg. 29 PM&RS 37,844Bldg. 30 Primary Clinics 151,118Bldg. 31 Laundry/Dietetics 79,435Bldg. 33 Decon Station 960Bldg. 44 Hot Water Plant 1,180Bldg. 45 Paint Shop 2,000Bldg. 50 FMS Maintenance Shops 9,600Bldg. 51 Administrative, Virtual Employees 1,500Bldg. 52 MAS Warehouse 4,780Bldg. 53 Administrative Offices, Directors Suite, Human Resources 21,300Bldg. 56 Bait Shack 400Bldg. 86 Sign Shop 1,080Bldg. 88 FMS/EMS Warehouse 9,000Bldg. T-102 Administrative Services and Hospital Home Based Care 20,000Bldg. T-104 Work Force Development 1,900Bldg. T-105 Work Force Development 1,900Approximate total of gross square footage for Biloxi: 1,534,175 sq. ft*This is total square footage, not treatable square footage.Bldg./Eglin Clinic, clinic grounds (Eglin AFB, FL) 34,000 sq. ft.Bldg./JACC at Pensacola and clinic grounds (Pensacola, FL) 210,000 sq. ftMagnolia OPC clinic grounds (Panama City, FL) 30,000 sq. ftApproximate total of gross square footage for all: 1,808,175 sq. ftContractor will provide a per treatable square foot price (based on each floor for multi-level buildings.) B.3 PRICE SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT000110.00MO_________________________Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: BasePOP Begin: 12-01-2019POP End: 09-30-202000022.00JB_________________________Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work.Contract Period: BasePOP Begin: 12-01-2019POP End: 09-30-202000034.00JB_________________________Quarterly canine inspection of 120 rooms in accordance with Statement of Work.Contract Period: BasePOP Begin: 12-01-2019POP End: 09-30-202000044.00JB_________________________Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work.Contract Period: BasePOP Begin: 12-01-2019POP End: 09-30-202000054.00JB_________________________Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: BasePOP Begin: 12-01-2019POP End: 09-30-2020SUBTOTAL BASE YEAR_____________ ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT100112.00MO_________________________Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 1POP Begin: 10-01-2020POP End: 09-30-202110022.00JB_________________________Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work.Contract Period: Option 1POP Begin: 10-01-2020POP End: 09-30-202110034.00JB_________________________Quarterly canine inspection of 120 rooms in accordance with Statement of Work.Contract Period: Option 1POP Begin: 10-01-2020POP End: 09-30-202110044.00JB_________________________Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work.Contract Period: Option 1POP Begin: 10-01-2020POP End: 09-30-202110054.00JB_________________________Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 1POP Begin: 10-01-2020POP End: 09-30-2021SUBTOTAL OPTION 1_____________SUBTOTAL BASE YEAR & OPTION 1_____________ ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT200112.00MO_________________________Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 2POP Begin: 10-01-2021POP End: 09-30-202220022.00JB_________________________Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work.Contract Period: Option 2POP Begin: 10-01-2021POP End: 09-30-202220034.00JB_________________________Quarterly canine inspection of 120 rooms in accordance with Statement of Work.Contract Period: Option 2POP Begin: 10-01-2021POP End: 09-30-202220044.00JB_________________________Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work.Contract Period: Option 2POP Begin: 10-01-2021POP End: 09-30-202220054.00JB_________________________Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 2POP Begin: 10-01-2021POP End: 09-30-2022SUBTOTAL OPTION 2_____________SUBTOTAL BASE, OPTION 1 & OPTION 2_____________ ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT300112.00MO_________________________Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 3POP Begin: 10-01-2022POP End: 09-30-202330022.00JB_________________________Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work.Contract Period: Option 3POP Begin: 10-01-2022POP End: 09-30-202330034.00JB_________________________Quarterly canine inspection of 120 rooms in accordance with Statement of Work.Contract Period: Option 3POP Begin: 10-01-2022POP End: 09-30-202330044.00JB_________________________Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work.Contract Period: Option 3POP Begin: 10-01-2022POP End: 09-30-202330054.00JB_________________________Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 3POP Begin: 10-01-2022POP End: 09-30-2023SUBTOTAL OPTION 3SUBTOTAL BASE YEAR, OPTION 1, OPTION 2, OPTION 3 ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT400112.00MO_________________________Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 4POP Begin: 10-01-2023POP End: 09-30-202440022.00JB_________________________Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work.Contract Period: Option 4POP Begin: 10-01-2023POP End: 09-30-202440034.00JB_________________________Quarterly canine inspection of 120 rooms in accordance with Statement of Work.Contract Period: Option 3POP Begin: 10-01-2023POP End: 09-30-202440044.00JB_________________________Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work.Contract Period: Option 4POP Begin: 10-01-2023POP End: 09-30-202440054.00JB_________________________Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 4POP Begin: 10-01-2023POP End: 09-30-2024SUBTOTAL OPTION 4_____________NOTE: FAR 52.217-8 Option to Extend Services , not to exceed six (6) months in total for this contract. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.GRAND TOTAL BASE AND ALL OPTIONS_____________Award shall be made to the quoter whose quotation conforming to the solicitation will be most advantageous to the Government considering technical capability, while also providing a competitive price. The Government will evaluate information based on the following evaluation criteria: Evaluation and ward will be conducted in accordance with the requirements of FAR 13.106-2 (b)(3). The quote will undergo a comparative evaluation to determine which contractor provides the vest value to the Government, in terms of technical capability, while also providing a competitive price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition:FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)52.216-1 TYPE OF CONTRACT (APR 1984)52.233-2 SERVICE OF PROTEST (SEP 2006)52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018)VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018)VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.](End of Provision)52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 201852.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)(a) The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. EVALUATION PROCEDURES AND AWARD(b) Evaluation and award will be conducted in accordance with the requirements of FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which contractor provides the best value to the government in terms of technical capability, while also providing a competitive price.For quotes to be considered acceptable and eligible for evaluation, they must be prepared in accordance with and in compliance with the instructions given in this solicitation and address all the requirements set forth within this solicitation. The Government does not anticipate requesting revisions to quotes, so Quoter s should provide their best quote in the response to this solicitation. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical and or prices aspects of the quote, or to clarify aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all Quoter s. The Government will not be conducting ""discussions"" as defined in FAR Part 15.(c) Prospective Contractors are required to submit two separate evaluation documents in addition to all other documents required by this solicitation. If the parts are not submitted as separate documents, the quote will be considered non-responsive. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award.One (1) Part A - Content of the Non-Price Factors/Technical Part. The Quoter shall provide a technical approach that details how the requirements of the SOW will be accomplished. At a minimum, this shall include the following:1. The intended strategy to complete all tasks as described in the SOW. A description of the company s technical ability to provide Integrated Pest Management Control services in accordance with the terms, conditions, specifications, and requirements of the solicitation and resulting contract. The narrative summary may describe the Contractor s capability, stability and strengths.2. An account of the Quoter s comparable experience, in terms of size, scope, and complexity to the tasks described in the Statement of Work. 3. Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions section of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as to whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation.One (1) Part B Price and price related factors. 1. Price - The contractor shall provide a separate and complete price schedule as provided in the solicitation including all offered discounts.. See Section B3. 2. A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3.(d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.(e) The Quoter must be registered and active in the System for Award Management ( www.sam.gov). A SDVOSB Quoter must be a CVE certified SDVOSB (www.vip.vetbiz.gov). (f) NUMBER OF AWARDS This is a 100% Small Disabled Veteran Owned Business Set Aside. The Government intends to issue a single award resulting from this solicitation. The Government will not separate tasks into multiple awards.(g) A written notice of award mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in an offer for award to the Quoter from the Government. The counter signed award from the Quoter to the Government will result in a binding contract between the two parties. (End of Provision)SUBMISSION INSTRUCTIONS (a) General Instructions (1) Electronic Submissions: Contractors must email their quote to Anthony Mitchell at anthony.mitchell4@va.gov. Include the solicitation number in the Subject line. Any attachments must be readable using Microsoft Office or Adobe PDF. The size of the email is limited to 5 megabytes (MB) but multiple emails are allowable. Quotes must be submitted electronically and will not be accepted through fax or postal mail. (2) All questions regarding this solicitation should be emailed to anthony.mitchell4@va.gov no later than 11:59 PM Central Standard Time (CST) December 4, 2019. (3) A site visit should not be necessary as all square footage and locations are listed in the Statement of Work.(b) Selection Process (1) Evaluations will be conducted under the procedures of FAR Part 13. (2) In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative analysis evaluation to determine which vendor provides the best value to the government in terms of high technical capability and past performance, while also providing a competitive price. (c) Quote Package Contents (1) The quote package should address all the information listed in the evaluation factors under 52.212-2. Prospective Contractors are required to submit two separate evaluation documents in addition to all other documents required by this solicitation. If the parts are not submitted as separate documents, the quote will be considered non-responsive. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award.(2) For the technical capability a description of the company s technical ability to provide Integrated Pest Management Control services in accordance with the terms, conditions, specifications, and requirements of the solicitation and resulting contract. The narrative summary may describe the Contractor s capability, stability, experience, and strengths.(3). 1. Price - The contractor shall provide a separate and complete price schedule as provided in the solicitation including all offered discounts. (4) Please ensure you review, sign and return with package: Technical Approach Document Price Schedule and Price Discount Term Document All packages are to be submitted no later than 11:59 PM CST on December 11, 2019 via email to anthony.mitchell4@va.gov .(End of Addendum to 52.212-1)FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY 2011FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 2011FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION JAN 1997SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5FAR 52.232-18 AVAILABILITY OF FUNDS APR 1984FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013FAR 52.246-4 INSPECTION OF SERVICES FIXED-PRICE AUG 1996VAAR 852.203-70 COMMERCIAL ADVERTISING MAY 2018VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS JAN 2008FAR 52.252-2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders COMMERCIAL ITEMS (MAY 2019)The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). [X] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [X] (1) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee ClassMonetary Wage-Fringe Benefits99410 Pest Controller$18.21 + Benefits [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the dispute s clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (iv) 52.219 8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)All quoters shall submit the following: One (1) electronic copy of all documents required by this Combined Synopsis/Solicitation via e-mail.All quotations shall be sent to the e-mail address Anthony.Mitchell4@va.gov .THIS IS AN OPEN-MARKET COMBINED SYNOPSIS/SOLICITATION FOR INTEGRATED PEST MANAGEMENT SERVICES 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:""QUOTER SHALL LIST EXCEPTION(S) AND RATIONALE FOR THE EXCEPTION(S).Submission shall be received not later than 11:59 PM, December 11, 2019 at e-mail address Anthony.Mitchell4@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer , Anthony R . Mitchell at anthony.mitchell4@va.gov .Point of ContactContracting Officer, (318) 990-4068. Fax number (405) 456-7653, anthony.mitchell4@va.gov .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a2b1f0c8be814f0e8d57fcdfa6ada5dd/view)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;Gulf Coast Veterans Health Care System;Environmental Management Service;400 Veterans Ave;Biloxi MS 39531-2410, USA
- Zip Code: 39531-2410
- Country: USA
- Zip Code: 39531-2410
- Record
- SN05502824-F 20191127/191125230257 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |