SOURCES SOUGHT
S -- Pest Control Services
- Notice Date
- 2/12/2021 12:59:37 PM
- Notice Type
- Sources Sought
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24721Q0368
- Response Due
- 2/17/2021 1:30:00 PM
- Archive Date
- 04/18/2021
- Point of Contact
- brenda.carter6@va.gov, Brenda Carter, Phone: 205-554-2000 x3217
- E-Mail Address
-
Brenda.Carter6@va.gov
(Brenda.Carter6@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. DISCALMER This RFI is only for the purpose of identifying potential sources and planning purposes only as part of Department of Veterans Affairs, NCO7 s market research and does not constitute a solicitation. No RFQ exists; therefore, do not request a copy of the RFQ. Department of Veterans Affairs, NCO7 is not required to use Career Opportunities for any resulting RFQ. Responses to this RFI are not quotes on which Department of Veterans Affairs, NCO7 can issue any Schedule orders. The Government does not intend to award a Schedule order(s) or BPAs based only on responses to this RFI. All information received in response to this RFI marked Proprietary will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI. Department of Veterans Affairs, NCO7 will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561710 (Size Standard-$11 million). The Department of Veterans Affairs, NCO7 is seeking potential sources that can provide an Integrated Pest Management Services at the Tuscaloosa Veterans Affairs Medical Center. CONTRACTORS QUALIFICATION/CERTIFICATION Contractors and Subcontractor included in the service both MUST be a certified Pest Control Company, licensed with the State of Alabama to perform pest control services. If you are interested, provide a response on the sources sought for Integrated Pest Management Services. A Capability Statement is enough to provide the relevant information between 2-10 pages of a brief description. Please provide the requested information as well as the information indicated below. Responses to this notice should include company name, address, point of contract, size of business pursuant to the following questions. Is your company a certified Pest Control Company licensed with the State of Alabama to perform pest control services? Will your company be subcontracting the service? If answered NO skip to question #5. If your company will be Subcontracting the certified Pest Control services does the subcontractor have a professional services license (structural) from the State of Alabama for household pest control and wood destroying organisms? Does your company and the Subcontractor have a professional services license (structural) from the State of Alabama for household pest control and wood destroying organisms? Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. Indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business and Large Business, etc.? Is your company considered small under NAICS code identified under this RFI? Please provide you DUNS number. Responses must be received no later than Wednesday, February 17, 2021 at 3:30PM CT. If a solicitation is issued it shall be announced later, and all interested parties must respond to the solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to prospective bidders list or to receive a copy of the solicitation. Do not submit pricing information in response to this RFI. Submit RFI responses to: Brenda.carter6@va.gov STATEMENT OF WORK ENVIRONMENTAL MANAGEMENT SERVICE INTEGRATED PEST MANAGEMENT SERVICES GENERAL The Tuscaloosa Veterans Affairs Medical Center (TVAMC) has a need for Integrated Pest Management Services (IPMS) that are 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. Contractors provided IPMS will be utilized as stated within this Statement of Work. IPMS will be utilized in all grounds and buildings herein the TVAMC. Type of Contract: This is a firm, fixed base contract with optional years for Comprehensive Pest Control Services. Place of Performance: Tuscaloosa Veterans Affairs Medical Center. Address: 3701 Loop Road East, Tuscaloosa, Alabama 35404. Location of Services: All work shall be bid on the base estimated square footage of 1.2 million square feet. Buildings requiring IPMS: This is an approximate number that includes all Tuscaloosa VA Medical Center Buildings to include buildings 1, 2, 3, 4, 5, 6, 7, 8, 12, 13, 14, 15, 17, 18, 28, 33, 38, 39, 40, 41, 46, 61, 63, 101, 135, 137, 138, 139, 140, 141, 142, 143, 144, 145, 146, 147, 148, and 149. However, the bidder is solely responsible to properly bid the scope of this contract. Integrated Pest Control 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 including bed bugs. Pests that are located outside of the specific buildings, but within the property boundaries of the buildings including raccoons, snakes, woodchucks, etc. The Contractor must have capacity to eradicate bed bug infestations of means of convection heat treatment method. Must 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 a minimum of five hours. Must be able to provide same day heat treatment within 4 hours of notification of positive bed bug sighting. Notification will be given during normal business hours of 8:00 a.m. - 4:30 p.m. Monday Friday. Same day treatment includes: c. Must be able to treat a minimum of 2,000 sq. ft in same day service. The Contractor must be able to provide same day emergency pest control services within 4 hours (4) hours of notification by telephone or email. Notification will be given during normal business hours of 8:00 a.m. - 4:30 p.m. After normal business hours will be considered as emergency and the Administrative Officer of the Day (AOD) will notify the Contractor. Same day treatment includes: a. Bed bug inspection by Pest Technician or K-9. b. Other pest emergencies as identified by COR. The Contractor will provide a Pest Sighting Log Book to have items serviced at each date of service. The Log book will be kept in the Environmental Management Service (EMS) offices, building 3, and maintained by EMS staff. 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 statins at each entrance, which are meat to capture small pests prior to entry into facilities. The Pest Control Program will meet all industry, regulatory, and government requirements and will include a comprehensive program capable of providing the medical facility a safe and healthful environment free of or managed to the satisfaction of the government for all pests to include snakes, rodents, spiders, mosquitoes, flies, wasps, gnats, roaches, bed bugs, cats, raccoons, and others considered as pests to a Medical Facility. The Technician or service provider must live and operate in the surrounding areas of the facility and the provider must address service requests 24 hours a day 7 days a week to the satisfaction of the VA. The provider must be able to respond on site to calls within 4 hours for high priority calls such as calls whereas patients are at risk, or other calls determined appropriate by the VA. Any product or service that is not specifically identified within this contract or is not included in the fixed price must be properly approved. Any service or product found not to have been properly authorized through this contract or through proper channels will not be paid and the Contractor assumes all losses and responsibilities for unauthorized services and or products that are delivered. The Contractor must be able to provide full support for bed bug eradication to the satisfaction of the VA. Contractor must have their own Hydronic Heat Treatment Tent. Additionally, must have a bed bug detection dog to verify the complete eradication of bud bugs from affected rooms. The Contractor must be able to provide expert technical advice to the facility and must demonstrate a willingness to provide training to the facility in pest control prevention and control. The Contractor will attend quarterly Pest Control meetings at TVAMC. COMPLIANCE/REGULATIONS The Contractor will follow all regulatory guidelines as per the Alabama Department of Agriculture & Industries Pesticide Management, Environmental Protection Agency ( EPA) and Department of Transportation (DOT) Regulations. The Contractor is solely responsible for compliance with ALL applicable environmental regulations and requirements and for any violation or required environmental cleanup related to the service performed to the satisfaction of the VA. Every pesticide brought, sold, or used in the United States must, by law, be registered by the U.S. EPA and in each of the states. EPA approves not only the product itself, but also each separate use of which it is intended, and the product label. Contractor is responsible for applying only those pesticides that are registered. Shipment of pesticides and other dangerous substances across state lines is regulated by the Federal DOT. Contractor must obey all Occupational Safety and Health Administration (OSHA regulations. Schedule of IPMS: Sanitation and Structural Inspection 2 scheduled visits per week March 1st through December 1st annually 1 scheduled visit per week December 1st through March 1st annually Cockroach Program 2 scheduled visits per week March 1st through December 1st annually 1 scheduled visit per week December 1st through March 1st annually Rodent Program 2 scheduled visits per week March 1st through December 1st annually 1 scheduled visit per week December 1st through March 1st annually Ground Program 2 scheduled visits per week March 1st through December 1st annually 1 scheduled visit per week December 1st through March 1st annually Large Fly Program 2 scheduled visits per week March 1st through December 1st annually 1 scheduled visit per week December 1st through March 1st annually Electronic Web Reporting Snake Program April, May, June, July, August annually Bed Bug Program Bed Bug services will be on a as needed basis. The COR or EMS Chief will be the determining factor to call for bed bug treatments when needed. Tasks/Requirements Inspect the facility monthly and provide a detailed services report to the COR. Ensure proper communication with the COR regarding use of pesticides. Use integrated Pest Control Approach. Properly and discreetly apply baits, traps, residual, contact and dust insecticides. Use of safe, odorless, non-flammable, tamper proof, non-corrosive, and non-inhalation baits. Service baits and traps monthly or as agreed to by COR. Use glue boards and traps as necessary inside and outside the buildings on campus. Snake treatments will occur 4 times a year or according to industry/product standards. The Pest Control Provider will act as the Facility Pest Control Subject Matter Expert and will provide advice, recommendations, and address findings and concerns to ensure effectiveness. The service provider will attend quarterly pest control committee meetings. The Contractor will meet all health, security, and safety requirements before starting work. All work is to be performed in accordance with the guidelines established by Federal, State, and local laws, regulations, and ordinances and with the Contractor s written procedures and Quality Control Manual and the related service industry under which service performed falls. The Contractor will be obligated to meet all standards as set forth by the Tuscaloosa Veterans Affairs Medical Center. The selected Contractor will have a favorable record of past performance in providing the services described in the Statement of Work (SOW), and be familiar with the legal, safety, environmental, and security requirements related to providing these services or will ensure that third party providers will meet the same requirements with this contract. The requirements of this contract are binding for any individual or group of individuals of which agreement has been made, who funding is required, or work I required or completed related to this contract and any disputes and or claims of any individual or group of individuals of which agreement has been made, funding is required, or work is required or completed related to this contract, are solely the responsibility of the bidder and should be directed to the bidder. INSPECTION The right is reserved to thoughly inspect and investigate the contractor s vehicles, equipment, equipment, business reputation, past performance history and other qualifications, and to reject any offers, irrespective of price, if it shall be administratively determined lacking any of the essential necessary to assure acceptable standards of performance. MATERIALS, EQUIPMENT AND TOOLS Technical literature and/or descriptions of all materials equipment and tools proposed for use by the Contractor shall be submitted to the Contracting Officer s Technical Representative (COTR) for approval prior to beginning work under this contract. Whenever a change is requested, all Contractors furnished materials, equipment and tools used shall be standard products of manufacturers regularly engaged in the production of such items. The Contractor shall secure all materials. The Government assumes no liability for loss of or damage to Contractor owned property held on Government premises. CONTRACT ADMINISTRATION DATA The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer in all matters pertaining to the contract administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such changes at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in contract price to cover any increases in costs incurred as a result thereof. END OF STATEMENT
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cf90f87362ae472ea56d2a3fca0acd2a/view)
- Place of Performance
- Address: Tuscaloosa VAMC 3701 Loop Road East Tuscaloosa 35404, USA
- Zip Code: 35404
- Country: USA
- Zip Code: 35404
- Record
- SN05916400-F 20210214/210212230123 (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 |