Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2020 SAM #6820
SOLICITATION NOTICE

S -- Pest Control for The Atlanta VA Healtcare System Three (3) Locations

Notice Date
7/30/2020 7:07:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0610
 
Response Due
8/5/2020 11:00:00 AM
 
Archive Date
09/04/2020
 
Point of Contact
anthony.dearman@va.gov, Contract Specialist Anthony E. Dearman, Phone: 706-733-0188
 
E-Mail Address
Anthony.Dearman@va.gov
(Anthony.Dearman@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION The Department of Veterans Affairs (VA), Veterans Integrated Service Network 7 (VISN 7), Regional Procurement Office East (RPO-East), 2008 Weems Road, Tucker, Georgia 30084, location is issuing a Combined Synopsis/Solicitation for commercial services prepared in accordance with 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. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 / 05-06-2020. In addition, offerors are responsible for continuing to monitor the websites for any/all future Amendments issued. Offerors shall sign copies of any amendment issued and submit with their package. The VA has a requirement for Long Term Pest Control Services which will service medical facilities located at the Atlanta VA Medical Center, 1670 Clairmont Rd, Decatur, GA. 30033 the Fort McPherson VA Clinic, 1701 Hardee Ave SW, Atlanta, GA. 30310 and the Trinka Davis Veterans Village, 180 Martin Dr. Carrollton, GA. 30117. This contract will a twelve (12) month base year with four (4) one-year option periods. The Government will evaluate quotes and select the successful offeror using the FAR Part 15.0101 Lowest price technically acceptable source selection process approach. Set- Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Solicitation Number: 36C24720Q610 NAICS Code: 561710 Document Preparation Services Small Business Size Standard $12 Million Product Service Code S207 Housekeeping Insect/Rodent Control Contract Type: Firm Fixed Price All Offerors must be registered in the System for Award Management database (www.SAM.gov) when proposals are received and for the awardee at time of award to be eligible for award of a contract. All Offerors must have an active Vendor Information Pages account (https://www.vip.vetbiz.gov/) reflecting they are currently registered as an SDVOSB. QUESTIONS for clarification are due August 3, 2020, by 2:00PM EST, responses will be posted by 5:30PM EST to Contract Specialist, Anthony E. Dearman at Anthony.Dearman@va.gov. No questions will be accepted after that date and time. All FINAL RFQ s shall be submitted and received by August 7, 2020 at 4:00PM EST. Failure to comply with all criteria as set forth by the solicitation will result in your quote being deemed NON- COMPLIANT and therefore not evaluated. Please provide quoted pricing below: CLIN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 0001 The contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the Atlanta VA Medical Center, Fort McPherson VA Clinic and the Trinka Davis Veterans Village in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests and in compliance on this Performance Work Statement (PWS) and VHA DIRECTIVE 1850.02(1), all federal, state and local regulations set forth by Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA). 12 Month 1001 The contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the Atlanta VA Medical Center, Fort McPherson VA Clinic and the Trinka Davis Veterans Village in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests and in compliance on this Performance Work Statement (PWS) and VHA DIRECTIVE 1850.02(1), all federal, state and local regulations set forth by Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA). 12 Month 2001 The contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the Atlanta VA Medical Center, Fort McPherson VA Clinic and the Trinka Davis Veterans Village in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests and in compliance on this Performance Work Statement (PWS) and VHA DIRECTIVE 1850.02(1), all federal, state and local regulations set forth by Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA). 12 Month 3002 The contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the Atlanta VA Medical Center, Fort McPherson VA Clinic and the Trinka Davis Veterans Village in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests and in compliance on this Performance Work Statement (PWS) and VHA DIRECTIVE 1850.02(1), all federal, state and local regulations set forth by Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA). 12 Month 4001 The contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the Atlanta VA Medical Center, Fort McPherson VA Clinic and the Trinka Davis Veterans Village in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests and in compliance on this Performance Work Statement (PWS) and VHA DIRECTIVE 1850.02(1), all federal, state and local regulations set forth by Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA). 12 Month Total Contract Pricing $ PERFORMANCE WORK STATEMENT For The Atlanta VA Healthcare System (AVAHCS) Atlanta VA Medical Center, Fort McPherson VA Clinic and the Trinka Davis Veterans Village I. Background A. The objective of this requirement is to provide a safety and hazard free environment to patients, visitors, staff and stakeholder visiting the Atlanta VA Medical Center, 1670 Clairmont Rd, Decatur, GA. 30033 the Fort McPherson VA Clinic, 1701 Hardee Ave SW, Atlanta, GA. 30310 and the Trinka Davis Veterans Village- 180 Martin Dr. Carrollton, GA. 30117. The Atlanta VA Healthcare System (AVAHCS) has the obligation to provide an Integrated Pest Management (IPM) program for rodents, wildlife and pest control. In order to accomplish this goal, the AVAHCS is seeking for prospects that can meet these requirements by providing an effective solution to their need. II. Objectives A. The primary objective is to deliver and provide the necessary material; and to render the necessary service to accomplish the vison of this acquisition by: i. Providing qualified Pest Control Professionals and to implement a plan for the Integrated Pest Management (IPM) program for rodents, wildlife and pest control need it. ii. Complying with VHA DIRECTIVE 1850.02(1), all federal, state and local regulations set forth by Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA). III. Scope of Work A. The Atlanta VA Healthcare System (AVAHCS) is seeking for qualified, experienced and dependable pest control companies/Prospect that can provide a management team, current licenses, quick laboratory testing, tools of the trade, supplies, new equipment, reliable transportation, trained work force, and expertise to implement an Integrated Pest Management (IPM) program for rodents, wildlife and pest control services. All pest control services shall be performed in a manner that will ensure the health and general well-being of all VA staff, patients and visitors at our facility. The terms, conditions, provisions, specifications and schedules for this Pest Control Contract are listed in this Performance Work Statement (PWS). B. The Contractor shall provide all resources necessary to accomplish the deliverables described in this Performance Work Statement, except as may otherwise be specified be a Contracting Officer Representative (COR with the approval of the Contracting Officer (CO). And to help in providing the safest environment possible for the Veteran patient population we serve. C. The Contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the LVAMC in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests and in compliance on this PWS. D. The Contractor must provide a strategic plan on how the Integrated Pest Management Program will operate. E. The Contractor shall assume full responsibility for compliance with the VA s Green Environment Management System (GEMS); Federal Insecticide Fungicide Rodenticide Act (FIFRA); Environmental Protection Agency (EPA) guidance; Occupational Safety and Health Administration (OSHA) regulations; and VHA Handbook 1850.02 dated 4/14/2009, as they apply to IPM. IV. Terms and Conditions A. Period of Performance: Base: August 20, 2020 through August 19, 2021 Option 1: August 20, 2021 through August 19, 2022 Option 2: August 20, 2022 through August 19, 2023 Option 3: August 20, 2023 through August 19, 2024 Option 4: August 20, 2024 through August 19, 2025 In accordance with Federal Acquisition Regulation (FAR): Clauses 52.217-8 and 52.217-9 are included B. Contract Type: Firm Fixed Price C. Contract Officer Representative Authority (COR): In no event is the COR empowered to change any of the terms and conditions of the contract. All changes, to any section of this contract, shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR s authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify the Contracting Officer of any deficiencies observed. A Letter of Designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract kickoff meeting or post-award conference setting forth in full the responsibilities and limitations of the COR. D. Hours of Work: Normal operational hours for the Atlanta VA Healthcare System (AVAHCS) are from 8:00 4:30pm. The service schedule will be developed between the contractor and Contractor s Representative (COR) prior to any service being performed. Food Service Areas shall be treated after normal operation hours. Unless otherwise specified the Government observes the following holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in February President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 V. Technical Requirements: A. Certificates and Licenses: i. The Contractor shall have an experienced and license Pest Control Manager assigned to support and manage this contract. The Pest control operators/service staff applying pesticides must possess and maintain a current Pennsylvania Commercial Pesticide Applicator Certificate/ License. ii. The Contractor shall be responsible to ensure that all Licenses and training Certificates are kept current; staff is well trained and aware of new innovative technology. Prospect must provide names of all their staff assigned to work at the LVAMC. In addition, a hard copy of all Certificates and Licenses will be filed in B-23/EMS office. At a minimum, the Prospect shall submit Certificates of two individuals, one acting as a regular/primary service representative and the other acting as a secondary/alternate. B. The Contractor must provide quality staffing capable to inspect, treat, and implement the proper procedure to eradicate: i. General structural anthropoid pests such as but not limited to: Cockroaches, ants, carpet beetles, spiders, carpenter ants and carpenter bees. ii. Flying insect pests such as but not limited to: House flies, stable flies, fruit flies, and blow flies. iii. Predatory pests Such as but not limited to: Bedbugs, fleas, mites, ticks, bees, wasps and mosquitoes. iv. Stored products pests such as but not limited to: Saw-tooth grain beetle, red/confused flour beetles, and grain moths. v. Mice and rats such as but not limited to: House mouse, field mouse, roof rat, Norway rat, skunks, and raccoons, stray cats. C. Pesticides utilization and procedures: i. All pest control operators applying pesticides are required to follow all federal, state and local regulations set forth by Environmental Protection Agency (EPA) and Occupational Safety and Health Administration (OSHA). The emphasis and focus being on pesticide storage, disposal and applications. ii. Pesticides shall be applied according to the methods, rates and precautions printed on the manufacturer s label. No deviations allowed. iii. Pesticide applications shall be completed according to the routine schedule. The application of pesticides (Inside or outside) shall not occur unless a visual sighting is made; monitoring devices indicate the presence of pests in specific area. iv. When a pesticide is necessary, the Prospect shall apply the least hazardous product, follow precise technique along with the minimum quantity of pesticide to eradicate pest control incident. D. Control Measurements: i. Insect Control: 1. The Prospect shall use non-pesticide methods wherever possible. Trapping devices rather pesticide sprays shall be the standard method for indoor fly control. 2. The Prospect shall apply all insecticides as crack and crevice treatments only, defined in this contract as treatments in which the formulated insecticide is not visible to patients/veterans, medical staff and visitors during or after the application process. 3. Application of insecticides to exposed surfaces as a spray (Fogging) shall be restricted to exceptional circumstances where no alternative measures are practical. No surface application or space spray shall be made while patients/personnel are near/by. 4. The Prospect shall take all necessary precautions to ensure the safety of all personnel, and all necessary steps to ensure the containment of the pesticide to the site of application. 5. Bait formulations shall be the standard pesticide technology for cockroaches and ant control, with alternate formulations restricted to unique situations where baits are not practical. 6. Sticky traps shall be used to guide and evaluate indoor insect control efforts only when necessary. ii. Rodent Control: 1. Indoor Trapping: Rodent control for interior spaces shall be accomplished with trapping devices only. All trapping devices will be predated, kept out of general view and placed in strategic areas as not to be affected by routine cleaning and other operations. Prospect shall monitor and check all trapping devices for trapped rodents and dispose of rodents in an appropriate manner. 2. Use of Rodenticides: Prospect shall use rodenticides only in circumstances deemed essential. For adequate rodent control inside buildings, all rodenticides shall be placed in locations not accessible to children, pets, wildlife and domestic animals. Prospect shall dispose of dead rodents in appropriate manner. 3. Use of Rodent Bait Stations: All rodent bait stations will be placed out of general view and in low traffic locations where bait stations cannot be disturbed by routine operations. 4. The lids of all rodent bait stations shall be securely locked or fastened shut. And bait shall always be secured in the feeding chamber of the box and never placed in the runways or entryways. 5. Bait stations shall be labeled on the inside with the Prospect s business name and dated by the pest control operator during installation and servicing. 6. Prospect shall install and maintain rodent bait stations at B-17 Canteen loading dock. Bait stations shall be no more than 50 feet apart. E. Eminence of Service: 1. Inspect to determine which pest management measures are appropriate and required. 2. Recommend environmental sanitation practices that restrict or eliminate food, water, or harborage for pests. 3. Select and utilize non-chemical control methods that eliminate, exclude or repel pests. 4. Implementation of insect electrocution devices, traps, caulking, air screens, upon other. 5. Select and use of the most environmentally sound pesticide(s) to affect control when chemical control methods are necessary. 6. Evaluation effectiveness of control measures through follow-up inspections. 7. Effective environmentally sound methods and where necessary the judicious use of least hazardous pesticides. 8. The treatment for bed bugs can be added to this contract for all required facilities at the discretion of the COR, that will be separately quoted. VI. General Requirements: A. The Contractor must provide recurrence services base on the need of the government furnished listed in PWS to include: i. On Call Services (Emergencies); ii. Monthly Services; iii. Weekly or Biweekly Services; iv. Specific Month, Date/s, or Both B. The Contractor shall provide its employees working under this contract with complete uniforms including, but not limited to, shirt with company identification logo, full-length pants, safety shoes and other necessary safety gear in compliance with EPA, and OSHA regulations. C. Contractor personnel shall maintain and leave the service area in a clean, neat and orderly condition satisfactory to COR and housekeeping staff. D. The Contractor personnel must interrupt their work at any time 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. E. During each emergency to any of the Atlanta VA Healthcare System (AVAHCS) facilities the Contractor shall conduct an inspection of problematic area and check for potential pest infestations. After the initial inspection, a treatment plan will be developed and agreed upon by a member and/or member of the Environmental Management Team. The Integrated Pest Management (IPM) tasks shall be used in all treatment plans. F. In the event of an emergency calls the Contractor must provide service in two (2) hours of the call for treatments. Any other emergency and respond must be with 24 hours. The staff must comply with all license and all the requirements stated in this PWS. G. All Integrated Pest Management (IPM) tasks shall be accomplished to meet the guidelines as prescribed by the National Pest Control Association for the LVAMC and CBOC s to include interior and exterior locations. H. Prospect must never store pest control materials or equipment or kept on government property when the pest control operator (PCO) is not working, without the express approval of Environmental Management Service/COR. I. The prospect shall conform to all Federal, State and local regulations governing, examining and licensing of pest control operators, performance of pest control, use of approved pest control chemicals and equipment, which may be in effect in the area in which the work under the contract will be performed. J. The prospect shall not dispose of any excess pesticide, pesticide containers or any other materials contaminated by pesticides at any location on the medical facility premises except as specified by Environmental Management or the COR. K. The prospect representative (Operations Manager/General Manager) shall attend problem solving meetings, discuss pest control issues and performance of work under this contract. Lines of communication should always be readily available. L. The Contractor and its employees shall adhere to all applicable rules and regulations regarding maintenance of a smoke free environment. No smoking is allowed inside facility, parking lot and vehicles. There are outside smoking shelters where smoking is allowed. M. The Contractor and all their employees shall be subject to and shall at all times conform with any and all rules, regulations, policies and procedures pertaining to security at the VA Medical Center and CBOC s. Any violations or disregard of the rules can lead to an immediate removal and termination by the VA Police. N. All personal packages brought onto and/or removed from government property may be subject to inspection by VA Police. Firearms and/or explosives shall not be brought onto the VA Medical Center and CBOC s property. Violators will be prosecuted. O. The prospect must complete and maintain a Pesticide Logbook containing Safety Data Sheets (SDS) for all pesticides used in conformance with this contract and records listing the following: Table 1 Pesticide Name Date and Time of application Areas Treated Fluid Ounces of Pesticide Applied Name of Insect Equipment Used Name of Applicator Employee/ Staff Name Performing Task P. The Prospect shall be responsible for promptly notifying COR and VA Police of any accidents arising from the performance of this contract involving property damage or bodily injury to workers, patients and visitors. The COR will provide necessary information concerning whom to contact and the specific paperwork to fill out. All accidents/injuries shall be documented and investigated by VA Police. VII. Deliverables Performance Objective PWS Para Performance Standard AQL Maintain all common areas of the interior and exterior of the buildings at each facility VII, A and B The Integrated Pest Management (IPM) plan shall provide detailed recommendations for structural and procedural modifications to aid in long term pest prevention achieved with environmentally sound pest elimination through the use of a wide variety of technological and management practices No Pest sighting after three consecutive interior treatments. No more than one sighting per month for exterior after treatments Rodent Control VII, C Install rodent tamper proof exterior bait stations (RBS) around buildings perimeters RBS shall be inspected/monitored monthly Qualified pest control operators V, A Contractor to provide qualified workers and supervisor oversight Customer complaints shall not exceed 4 per month. A. Building Exterior Inspection and treatment will be provided to exterior of building, dumpster area, and at each doorway into and out of the building. Exterior perimeter treatments will be performed utilizing baits and or liquid residual applications depending on the target pests and weather conditions. Buildings to be included are as follows: All Main VA Medical Center Campus buildings, FT McPherson Clinic buildings, and Trinka Davis Veterans Village (TDVV) Campus buildings. B. Building Interior All common areas will be inspected, monitored and treated with each service. This will include: (a) the Medical Center Campus Community Living Center, Veterans Canteen Services (kitchen and dining areas), Food and Nutrition Services; (b) the Ft McPherson Veterans Canteen Services food court areas, Food and Nutrition Services and (c) the TDVV Food and Nutrition Services kitchen and dining areas. NIGHT SERVICE shall be provided to minimize impact on patient care. C. Rodent Control Install rodent tamper proof exterior bait stations (RBS) around buildings perimeters to include: Medial Center Campus, FT McPherson Campus, and Trinka Davis Veteran Village Campus. RBS shall be inspected/monitored at least monthly. VIII. SPECFICIATIONS: A. The contractor shall conform to all federal, state, and local regulations governing examining and licensing of pest control operators, performance of pest control, use of approved pest control chemicals and equipment, and proper disposal methods for all products/containers, which may be in effect for the area where the work under the contract will be performed. B. This requirement is part of a comprehensive Integrated Pest Management (IPM) Program for the premises listed herein. IPM is a process for achieving long term, environmentally sound pest elimination 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 pest. C. Pest Control Plan: The Contractor shall submit to the COR a Pest Control Plan at least five (5) working days prior to the contract start date. The Contractor shall provide detailed recommendations for structural and procedural modifications to aid in pest prevention. Upon receipt of the Pest Control Plan, the COR will render a recommendation within 2 working days to the Contracting Officer (CO) concerning the acceptability of the plan. If aspects of the Pest Control Plan are incomplete or disapproved, the contractor shall have two (2) working days to submit revisions. The Contractor shall be on-site to perform the initial service visit for each building within the first five (5) days of the contract. The Pest Control Plan shall consist of five parts as follows: 1. Proposed Materials and Equipment for Service: The Contractor shall provide current labels and Safety Data Sheets (SDS) of all pesticides to be used, and brand names of pesticide application equipment, rodent bait boxes, insect and rodent trapping devices, pest monitoring devices, pest surveillance and detection equipment, and any other pest control devices of equipment that may be used to provide service. 2. Proposed Methods for Monitoring and Surveillance: The Contractor shall describe methods and procedures to be used for identifying sites pest harborage an access, and for making objective assessments of pest population levels throughout the term of the contract. 3. Service Schedule for each Building or Site: The Contractor shall provide complete service schedules that include weekly or monthly frequently of Contractor visits, specific day(s) of the week of Contractor visits, and approximate duration of each visit. 4. Structural or Operational Changes: Description of any structural or operational change that would facilitate the pest control effort. The Contractor shall describe site-specific solutions for observed sources of pest food, water, harborage, and access. 5. The Contractor shall provide photocopies of State-issued Commercial Pesticide Applicator Certificates or Licenses for every Contractor employee who will be applying on-site pesticides under this contract. 6. The Contractor shall be responsible for carrying out work according to the approved Pest Control Plan. The Contractor shall receive the concurrence of the COR prior to implementing any subsequent changes to the approved Pest Control Plan, including additional or replacement pesticides and on-site service personnel. 7. Initial Building Inspections: The Contractor shall complete a thorough, initial inspection of each building or site at least five (5) working days prior to the contract start date. The purpose of the initial inspection(s) is for the Contractor to evaluate the pest control needs of all premises and to identify problem areas and any equipment, structural features, or management practices that are contribution to pest infestations. Access to building space shall be coordinated with the Contracting Officer s Representative (COR). 8. Quality Control: The Contractor shall establish a complete Quality Assurance Surveillance Plan (QASP) to assure the requirements of the contract are provided as specified. Within five (5) working days prior to the contract start date, the Contractor shall submit a copy of this program to the COR. The program shall include at least the following items: a. Inspection System: The Contractor s quality control inspection system shall cover all the services stated in this contract. The purpose of the system is to detect and correct deficiencies in the quality of services before the level of performance becomes unacceptable and/or the COR identifies the deficiencies. b. File: A quality control file shall contain a record of all inspections conducted by the Contractor and any corrective actions taken. The file shall be maintained throughout the term of the contract and made available to the COR upon request. IX. REPORTING FOR SCHEDULED SERVICES: Contractor shall report to: (a) Decatur Medical Center Decatur room GC100 (b) FT McPherson Building 125 and (c) TDVV, room G-002 on scheduled days for any instructions for location of infestation, as called in by COR or EMS designees. They will submit a written report of all activities following each visit, with the signature of the COR or designee responsible. X. SAFETY FACTORS: All rodenticides or traps shall be placed only at times and in the areas approved by the COR or his/her designee. Rodenticides, and/or traps shall be replaced as necessary and per manufacturer recommendations. No pest control material or trap shall be placed where it may be recovered by patients, nor shall such material be allowed to contact food or cooking utensils. XI. STORAGE OF PEST CONTROL MATERIALS: Storage of pest control materials or equipment are prohibited without the written approval of the COR. XII. REQUIRED CONTRACTOR REPORTING 1. After each service (scheduled or non-scheduled) contractor personnel will submit documentation including but not limited to: a. The name and address of the individual who applied the pesticide. b. The location, by building and room number where each pesticide was applied. c. The pest or pests against which the pesticide was applied. d. The date and time of application. e. The brand name of the pesticide applied. f. The name of the pesticide manufacturer, or the federal environmental protection agency registration number of the pesticide. g. The rate of application or amount of the pesticide applied, and the total area treated. 2. The contractor is responsible for supplying, completing and submitting all reports required or requested by Federal, State or local ordinances, which pertain to any duties contained in the contract. 3. The Contractor will furnish the COR s office, prior to initial application the trade names (if any), and the chemical names of all approved pesticides/chemicals along with appropriate antidote information and current Safety Data Sheet (SDS). The Contractor shall supply this information as new products are submitted for approval to the COR. XIII. CONTRACTOR PERSONNEL BADGES AND PARKING: 1. The contractor shall provide the COR with a list of contractor employees expected to enter the buildings to pick up confidential documents/visitor badge. While on AVAHCS premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2. An access badge will be given to the contractor s employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor s employees must return the access badge(s) to the COR or designee at the end of each pick up process. 3. The contractor shall be requi...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/edfb73ae831541ebb3a204e5ed9d1cee/view)
 
Place of Performance
Address: Atlanta VAMC, 1670 Clairmont Rd, Decatur, GA 30033 Fort McPherson VA Clinic, Atlanta, GA. Trinka Davis Veterans Village, Carrollton, GA. 30033, USA
Zip Code: 30033
Country: USA
 
Record
SN05739902-F 20200801/200730230149 (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 |
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.