SOURCES SOUGHT
F -- Kitchen Pest Control Services
- Notice Date
- 8/17/2020 6:07:32 AM
- Notice Type
- Sources Sought
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24820Q1042
- Response Due
- 8/21/2020 12:00:00 PM
- Archive Date
- 11/19/2020
- Point of Contact
- Jose R. Sierra-Colon, Contracting Officer, Phone: 813-972-2000 Ext. 2810
- E-Mail Address
-
jose.sierra-colon@va.gov
(jose.sierra-colon@va.gov)
- Awardee
- null
- Description
- Description: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. This Request for Information is intended for all Socio-economic groups: Service Disable Veteran Owned Small Business, Veterans Owned Small Business, Small Disadvantage Business, HubZone, Woman Owned Small Business, Small Business. Because this is a Request for Information announcement; no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. The Department of Veterans Affairs Service Area Office East/Network Contracting Office 8, Tampa, FL Services Team, is conducting market research to identify potential sources with the intention to award Service Contract, which has a requirement to provide Pest Control Service and Maintenance for the Canteen Department and Nutrition & Food Service Department. Responses to this notice should include company name, address, point of contact, phone number, fax number and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS). The agreement period will be for one (1) base year from the date of agreement award and four (4) option years. NAICS Code is 561710 and Size Standard 11.0 million. This procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received in writing no later than, 3:00PM Eastern Standard Time (EST) on August 21, 2020. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff in regard to this requirement, as they are not authorized to discuss this matter related to this procurement action, all questions will be addressed during the solicitation stage by the Contract Specialist. All firms responding to this Request for Information are advised that their response is not a request for proposal therefore will not be considered for a contract award. Statement of Work for Pest Control Service Title of Project: Pest control Service and Maintenance for the Canteen Department and Nutrition & Food Service Department. Scope of work: The purpose of this solicitation is for the Contractor to provide Integrated Pest Management Services for the Canteen Department and the Nutrition & Food Service Department at the Tampa VAMC, James A. Haley facility Background: The purpose of this solicitation is for the Contractor to provide pest control services for the Canteen Department and the Nutrition & Food Service Department at the Tampa VAMC, James A. Haley facility. The Contractor shall furnish all labor, supervision, tools, materials, equipment, and transportation necessary to provide pest management services using Integrated Pest Management techniques (IPM) in accordance with contract requirements. The Contractor shall also provide detailed, site-specific recommendations for structural and procedural modifications to aid in pest prevention that ensures the health and general well-being of patients, staff, and visitors. All services shall be performed by a qualified Contractor who are licensed by the State of Florida, Florida Department of Agriculture and Consumer Services (FDACS), Bureau of Entomology and Pest Control, and legally authorized to perform pest control services. All services shall be completed in a timely manner and in accordance with state, local, federal, and VA standards as listed in the Performance Work Statement. General Requirements: The purpose of this solicitation is for the Contractor to provide Integrated Pest Management Services (IPMS) for the Canteen Department and the Nutrition & Food Service Department at the Tampa VAMC, James A. Haley facility, on a bi-weekly basis, unless advised otherwise by the Contracting Officer. Location for services to be provided: The Canteen department encompasses approximately 7,200 sq. ft. and 10 floor drains. Including Salad bar area and other containers located in the main dining area Pizza shop (next door to Canteen). All offices or other areas immediately adjacent shall be included in the pest management services. Patriot store approximately located next to the Canteen department. The Nutrition & Food Service Department encompasses approximately 12,400 sq. ft. and 26 drains. The foyer Hallway leading to the loading dock All offices or other areas immediately adjacent to the listed areas shall be included in the pest management services. All services shall be performed by qualified personnel who are licensed by the State of Florida, Florida Department of Agriculture and Consumer Services (FDACS), Bureau of Entomology and Pest Control, and legally authorized to perform pest control services. All services shall be completed in a timely manner and in accordance with state, local, federal, and VA standards as listed in the Performance Work Statement. Integrated Pest Management Services (IPMS). IPMS 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 the Statement of Work in accordance with the Department of Veterans Affairs Integrated Pest Management Program Guide 1850.2. https://www.va.gov/vhapublications/publications.cfm?pub=1 Performance Requirements: The Contractor 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. The Contractor 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. Pests that are located outside of the specified buildings, but within the property boundaries of the buildings, rats, mice, wasps, cockroaches, ants, flies, spiders, and any other arthropod or common pest Contractor must have capacity to treat a minimum of 12,000 sq. ft. in same day of service. The crawl spaces above the areas listed in this contract shall be treated on an as-needed basis. Shall be able to provide same day emergency pest control services within four (4) hours of notification by telephone or email. Notification will be given during normal business hours 8:00AM 4:30PM. Same day treatment includes: Pest emergencies as identified by the Contracting Officer Representative (COR), alternate COR or Contracting Officer (CO). Pest Sighting Logbook provided by the contractor, to include items serviced and at each date of service. Logbook will be kept at each respective area of service listed within the contract. All areas listed in this contract must be equipped with rodent trapping stations meant to capture small pests prior to entry into facilities at any outside entrance. Corrective action shall be discussed and approved by the CO and the COR in writing and shall be taken as appropriate to control, prevent, or otherwise mitigate pest problems. The effectiveness of the service provided will be evaluated by the COR and corrective actions shall be taken until the specified levels of control are achieved. The Contractor shall provide and replace all expendable supplies (i.e. Rodenticide, Ant and Roach Bait, Glue Boards, etc.) utilized in provide the service at no additional cost to the Government. The Contractor shall be required to notify the COR of any damaged or missing equipment for timely replacement by the Government. The contractor shall respond to all EMERGENCY service calls from the COR within 4 hours after receipt of notice, twenty-four hours a day, seven days a week. After each treatment, the Contractor shall submit a detailed report to the COR. Performance Location and Hours: 1. Location: Primary place of performance is the Canteen and the Nutrition & Food Services in the Tampa VA Medical Center (TVAMC), James A Haley facility including but not limited to include the location at 13000 Bruce B. Downs Blvd, Tampa, Fl. 33612. 2. Hours: Hours for Inspections, Assessments, and Non- pesticide applications shall be during the Government s normal duty hours of 5:30 p.m. 9:00 p.m., Monday through Friday, excluding holidays. Contractor access will be provided during this time period. The contractor shall coordinate times with the COR no later than 5 business days prior to service. In the event of an infestation, the schedule for Pesticide Application shall be between 3:00 pm 12:00 a.m., Monday thru Friday, excluding holidays. Initially, application shall be done weekly. The contractor shall coordinate times with the COR no later than 5 business days prior to service. After the infestation is abated, the contractor, after consultation with the COR, may reduce application to monthly. If extenuating circumstances preclude Friday application, Contractor will provide the service on the next day. Training: All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy & HIPAA Course #10203 and The Privacy & Information Security Awareness and Rules of Behavior Course#10176 Training. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Rules of Behavior and the VA Privacy & HIPAA. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Privacy & Information Security Awareness and Rules of Behavior or VA Privacy & HIPAA annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. Safety and Health/ Compliance Regulations: The Contractor shall comply with all applicable federal, state and local laws and ensure that job performance shall always be done in a manner protecting persons, material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. The Contractor shall observe all safety precautions throughout the performance of the contract. All work shall be in strict accordance with all applicable Federal, State and local safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining the health and safety of personnel during the execution of work. The Contractor shall determine the need for and provide any personal protective items required for the safe performance of work. Protective clothing, equipment, and devices shall, as a minimum, conform to United States Occupational Safety and Health Administration (OSHA) standards for the products being used. Contractor must obey all Environmental Protection Agency (EPA) regulations. Every pesticide bought, sold, or used in the United States must, by law, be registered through 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. Pest Control Plan: The Contractor shall submit to the Contracting Officer a Pest Management Plan with submission of their quote. Upon receipt of the Pest management Plan, the Contracting Officer will render a decision regarding its acceptability prior to contract award. A copy of the accepted plan shall be kept in the facility and with the contractor to be referenced as needed. The Contractor shall be responsible for carrying out work according to the approved Pest Management Plan. The Contractor shall receive the concurrence of the COR and Contracting Officer prior to implementing any substantive changes to the approved Pest Management Plan. A copy of the accepted plan shall be kept in the facility and with the contractor to be referenced as needed. The Contractor shall be responsible for providing a copy of the approved Pest Management Plan, including labels and SDS sheets for all pesticides used in the building, brand names of all pest control devices and equipment used in the buildings, and the Contractors service schedule for the (Tampa -VAMC), James A. Haley facility to the COR within 5 working days after contract award. The Pest Management Plan shall adhere to the following: All services shall be completed during normal business hours except in previously outlined areas (5.3.) (5:30 p.m. 9:00 p.m.), Monday through Friday, excluding holidays or at a time designated by the COR. All pesticide usage shall be in strict conformance with label directions. The Contractor shall not apply any pesticide that has not been included in the Pest Management Plan or approved in writing by the COR. No pesticide storage on the (TVAMC), James A. Haley facility is allowed. Contractor shall use special care in the application of chemicals ensuring no damage is made to government property. The contractor shall furnish all chemicals, pesticides and insecticides. The contractor shall provide to the COR, the names and types of chemicals, pesticides and insecticides that will be used. Contractors shall not formulate pesticides from concentrates on Government property without written approval by the COR. The contractor shall remove and dispose of all insects and rodents in accordance with Federal, State and Local Regulations. Reporting or Special Work Requirements The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each Contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any Contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of Contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The contractor shall provide a certification that all pesticides are registered with the Florida Department of Agriculture and Consumer Services (FDACS), Bureau of Entomology and Pest Control for use in dwellings. The contractor shall provide the same information each time he changes products during the performance period of the contract. The Contractor shall prepare, submit, and maintain records and reports as specified, to include a pest control logbook or file for contract. Additionally, all recommendations provided by the Contractor shall be in writing and annotated as acceptable/non-acceptable by the COR. These recommendations and reports shall be maintained by the contractor and the COR for the duration of the contract. Reports shall be submitted with monthly invoicing. Records shall be made available upon request for inspection, and copies shall be forwarded to the COR with the monthly invoice following the month of service. Quality Control Program: The Contractor shall establish a complete quality control program to ensure the requirements of the contract is provided as specified. The Contractor shall submit a copy of this program with submission of their quote. The program shall include at least the following items: Pest Inspection System The Contractor s quality control pest 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. Checklist A quality control checklist shall be used in evaluating contract performance during regularly scheduled and unscheduled inspections. The checklist shall include the site serviced by the Contractor as well as the task performed. File A quality control file shall contain a record of all inspections conducted by the COR and any corrective action taken. The file shall be maintained throughout the term of the contract and made available to the Contracting Officer or COR upon request. Manner and Time to Conduct Service Check In/Check Out Requirements. The Contractor s personnel shall check-in at the commencement of work and check out at the completion of work by calling 813-972-2000 x7500, Environmental Management Services. At the time of check in/check out, the employee shall indicate as appropriate: The services planned to be provided during the day; The location of the planned services; Planned services, which were not completed during the day Schedule of proposed follow-up treatments identified during the day. Minimum Performance Requirements Contractor shall treat appropriately by using, but not limited to, a combination of Bait, Dust, Sealing Cracks and Crevices, traps and Liquid Products. All applications will be conducted with products specifically labeled and/or approved for use in Restaurants and Hospitals. Treatment techniques will include but not be limited to Visual inspections, Exclusions and Documentation. A Pest Sighting Log and Application Log documenting shall be completed after each application and may be inspected by the COR upon request. Contractor Personnel and Management Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. Licensing and Certification. The Contractor shall be licensed by the State of Florida, Florida Department of Agriculture and Consumer Services (FDACS), Bureau of Entomology and Pest Control, to provide pest control in accordance with this contract. All personnel of the Contractor shall be certified by the State of Florida. The Contractor shall provide photocopies of State-issued Commercial Pesticide Applicator Certificates or Licenses for every Contractor personnel who will be performing on-site service under this contract to the COR. Government Badges. The COR will coordinate the issuance of required access badges to Contractor s personnel. The Contractor shall provide the COR with a list of Contractor employees expected to enter the buildings to perform the services. While on VA premises, all Contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. Contractor Point of Contact: The contractor shall provide the name and contact number of a point of contact and an alternate that shall be responsible for the performance of services no later than three (3) days after award. Contract personnel shall wear identification badges provided by the Government at all times when performing. Contractor Employees: Contractor s personnel shall present and carry themselves in a neat and professional manner while on Facility Campus. She/he shall comply with all policy and regulations of this facility. Badges shall be worn on the outer garment, at or above the waist (facing forward) attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badges remain the property of the Government and shall be returned to the issuing office or other designated Government employee upon transfer of Contractor personnel from the contract. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor s personnel shall also wear a laminated Contractor identification badge at all times when performing services under this Contract, including when on contract-related travel. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. The Contractor shall be required to comply with all security policies/requirements. All security policies, requirements must be met, and employees cleared prior to the Contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. It is the responsibility of the Contractor personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility s COR. Throughout the term of this contract, all Contractor s personnel providing on-site pesticide application must maintain certification as Commercial Pesticide Applicators in the category of Industrial, Institutional, Structural, and Health Related Pest Control. Uncertified individuals working under the supervision of a Certified Applicator will not be permitted to apply pesticides under this contract. The Contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All Contractor personnel must properly display their access badge. The Contractor employee must return the access badge to the COR or designee at the end of each pick up process. https://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=8110 Standards of conduct Conduct of Personnel. Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor s employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government will not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor s personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review qualifications the qualifications of Contractor s personnel. The intent is solely for verification purpose and not for the Government to become the hiring authority. Non-Personal Service Statement Contractor s employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the Contractor. Management will ensure that employees properly comply with the Statement of work standards outlined in the SOW. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any Contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. Designation of a Contracting Officer Representative (COR) A Technical Representative of the contracting Officer (COR) will be designated to represent the Contracting Officer in furnishing technical guidance and advice under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to Contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the Contracting Officer and shall not be delegated. The Contracting Officer is responsible for the administration of this contract. The Contracting Officer is the only individual authorized, to the extent indicated in this contract, to take actions on behalf of the Government, which may result in changes in the contract terms, to include deviations from the performance work statement, details, and performance schedules. Communications pertaining to contractual matters shall be addressed to the Contracting Officer. No changes in or deviation from the scope of work shall be affected without a written modification to the contract executed by the Contracting officer. No oral statements of any person whosoever will in any matter or degrees modify or otherwise affect the terms of this contract. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ee69b968a900437793744bf9437c5d85/view)
- Place of Performance
- Address: James A. Haley VAMC 13000 Bruce B. Downs Blvd., Tampa, FL 33612, USA
- Zip Code: 33612
- Country: USA
- Zip Code: 33612
- Record
- SN05762185-F 20200819/200817230212 (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 |