Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
MODIFICATION

S -- Pest Control Contract (VA-24-00037765)

Notice Date
8/5/2024 5:54:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124Q0632
 
Response Due
8/16/2024 2:00:00 PM
 
Archive Date
08/31/2024
 
Point of Contact
Nathan Langone, Contract Specialist, Phone: 603-340-0102
 
E-Mail Address
Nathan.Langone@va.gov
(Nathan.Langone@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as RFQ 36C24124Q0632. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 561710 (Exterminating and Pest Control Services) SBA size standard $17.5 Million. This is being bid as a SDVOSB set-aside. The contractor shall provide all management, to prevent and control a wide variety of arthropod and vertebrate pests which include but not limited to cockroaches, flies, fruit flies, termites, ants, fleas, bed bugs, stored product pests, silver fish, mosquitoes, mice, rats, bees, and wasps using best practice in our region. There may be a need to eliminate wildlife such as skunk(s), squirrel(s), bird(s), raccoon(s), possum(s) and others. In addition, the contractor will provide tools, supplies equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan. All infestations shall be addressed until pests are eliminated. Inspections shall be conducted daily 7 days a week at the VA West Haven Campus, once a week at the Newington Campus and biweekly at each of the CBOC locations. with complaints responded to immediately (within 4 hours upon notification from the COR (Contracting Officer s Representative). The full SOW is attached below for reference. Please price your bids for a base year plus 4 potential option years. Any technical questions will be directed at Natasha Papile 203-932-5711 x4731. All interested companies shall provide quotations for the following: PERFORMANCE WORK STATEMENT (PWS) Pest Control Services for 2 Connecticut VA s & 6 Community Based Outpatient Clinics (CBOCs) A. Purpose The purpose of this contract is to establish an environmentally sound and effective Integrated Pest Management (IPM) program to prevent general arthropod, invertebrate, vertebrate pests and wildlife from adversely affecting the Connecticut VA installations operations and personnel through obtaining pest control services. A contract shall be awarded for a base year (12 months) with four (4) potential annual option years to be exercised at the discretion of the government. B. Scope and Objectives The contractor shall provide all management, to prevent and control a wide variety of arthropod and vertebrate pests which include but not limited to cockroaches, flies, fruit flies, termites, ants, fleas, bed bugs, stored product pests, silver fish, mosquitoes, mice, rats, bees, and wasps using best practice in our region. There may be a need to eliminate wildlife such as skunk(s), squirrel(s), bird(s), raccoon(s), possum(s) and others. In addition, the contractor will provide tools, supplies equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan. All infestations shall be addressed until pests are eliminated. Inspections shall be conducted daily 7 days a week at the VA West Haven Campus, once a week at the Newington Campus and biweekly at each of the CBOC locations. with complaints responded to immediately (within 4 hours upon notification from the COR (Contracting Officer s Representative). **Note: Other locations may be added or deleted as needed and frequency will vary (this will be done as a bilateral modification). VACBOC Stamford 1275 Summer St, Suite 102 Stamford, CT 06905 VACBOC Waterbury 95 Scovill Street Waterbury, CT 06706 Orange Annex 200 Edison Road Orange, Ct 06477 VACBOC Danbury 7 Germantown Rd Suite 2B Danbury, CT 06810 VACBOC Willimantic 1320 Main Street Willimantic, CT 06226 VACBOC New London Shaw's Cove Six New London, CT 06320 VACBOC Winsted 115 Spencer Street Winsted, CT 06908 Errera Community Center 114 Orange Ave West Haven, CT 06516 Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 All work shall be performed during normal business hours, 8:00am to 4:30pm EST, excluding Federal holidays and unless otherwise approved by the COR. The service shall include all buildings, inside and out, at all locations. This includes at a minimum: 1. Thoroughly inspecting all areas requested for pest infestation(s) and surrounding areas/facilities as necessary. 2. Communicating regularly with the Contracting Officer's Representative (COR), determined at contract award, regarding planned actions and recommendations. 3. The contractor shall provide an Integrated Pest Management Plan (IPMP) to the COR within thirty (30) days of contract award. IPMP plan requires approval by the COR prior to implementation Contractors IPMP plan requires but is not limited to address the following tasks: o Inspect to determine pest management measures are appropriate are required. o Recommend and communicate to the COR environmental sanitation practices that restrict or eliminate food, water or harborage for pests and recommend engineering practices that limit entry of pests. o Selection and utilization of non-chemical control methods, which eliminate, exclude, or repel pests, i.e., traps, caulking, air screens, etc. o Selection and utilization of the most environmentally sound pesticides(s) and application methods that present the lowest potential hazard to human health and non-target animals. All products shall be approved by the COR prior to use. o Collection and disposal of all pests. o Control general structural arthropod pests (i.e., cockroaches, ants, beetles, spiders, carpenter ants, bees, silver fish etc..). o Control flying insect pests (i.e., flies, fruit flies, etc..). o Control predatory pests (i.e., lice, bedbugs, fleas, mites, ticks, bees, wasps, mosquitoes, scorpions, etc..). o Control stored product pests (i.e., saw tooth grain beetle, red confused flour beetle, trogerman beetles, moths, etc..). o Control mice and rates (i.e., house mouse, field mouse, rats, etc..). o Control pest bird (i.e., pigeons, sparrows, etc.). o Control other vertebrate pests (i.e., dogs, cats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, racoons, possums, etc.). o Control wood destroying organisms (i.e., subterranean termites, dry wood termites, fungi, wood boring beetles, etc.). o Control aquatic pests (i.e., mosquito larva/pupae, etc.). 4. The contractor shall perform an evaluation of the exterior of the buildings for any opening or discrepancies that potentially allows pests to enter. 5. The Contractor shall provide a reporting system (preferably web-based) that allows the VA Environmental Management Service (EMS) to see service metrics (i.e. number of calls, work orders submitted, when calls are addressed and/or when work orders are closed out). In addition, the report shall provide the following information: o Name and address of person who applied pesticide o Location pesticide applied, by building and room number. o Pest(s) against which the pesticide was applied o Date and time of application o Brand name of pesticide o Name of manufacturer or federal environmental protection agency registration number for pesticide o Rate of application or amount of pesticide applied o Total area treated 6. The Contractor shall provide pest control services 8:00am 4:30pm EST 5 days a week at the West Haven Campus, once a week at the Newington Campus and monthly at each of the CBOC locations. These days may increase or decrease, depending on the needs of the VA. 7. The contractor shall respond to emergency calls within four (4) hours after receipt of notification and non- emergency calls twenty-four (24) hours after receipt of the call for all facilities. 8. Emergencies include, but are not limited to: bedbugs, swarms of bees or ants, bats in building, or nuisance wildlife, such as squirrels, skunks, chipmunks, or others in a building or on campus or affecting operations. 9. Contractor shall be responsible for complying with all federal, state, local laws, and regulations. Contractor shall comply with VA Directive 1850.02. C. Safety Factors Storage of pest control materials or equipment is prohibited on VA property without the written approval of the COR. The Contractor shall not dispose of any excess pesticide containers, or any other materials contaminated by pesticides at any VA Hospitals, CBOCs or VA locations. D. Supervision and Security Contractor employees who will perform services at VA facilities covered by this contract shall be required to undergo fingerprinting prior to providing services, fingerprinting will be done at the West Haven Campus building 4. Once vendor employee has been fingerprinted and approved by the VA facility access badge will be provided. The VA badged certified (licensed) applicator/operator shall report to Building 8 EMS trailer at the West Haven campus, building 42-100 of the Newington Campus and the main check in desk at the VACBOC s. The COR or designee will escort the Contractor employee to provide access to secure areas and act as a liaison to medical center personnel. a. 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. b. 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 shall be in company uniform with company name displayed and shall properly display their VA access badges. Access badges shall be worn at or above the waist (facing forward). The contractor s employee shall return access badges(s) to the COR or designee at the end of each workday. c. The contractor shall be required to comply with all security policies/requirements of the CT VA facilities. 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. d. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. e. The VA shall not make reimbursements for parking or any other violations of the contractor s personnel under any circumstance. E. Interference to Normal Function: Contractor may be required to interrupt their work at any time as not to interfere with normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment, and carts. a. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. b. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to a secure area, prearranged scheduling shall be made with the COR or designee. F. Glossary Certified Applicator/Operator: Any individual who applies pesticides or supervises the use of pesticides and who has been authorized to do so by certification by the State of Connecticut. Contracting Officer (CO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. Contracting Officer's Representative (COR): An employee of the Department of Veterans Affairs appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. Integrated Pest Management (IPM): A planned program incorporating a wide variety of technological and management practices to achieve long-term and environmentally sound pest suppression and prevention. IPIM uses targeted, sustainable methods including education/communication, habitat modification, non-chemical control, biological control, and where necessary, the use of pesticide compounds, formulations, and application methods that present the least potential hazard to humans and the environment. Integrated Pest Management Plan (IPMP): Along-range, well defined planning and operational document that describes the IPM program. Written pest management plans are required as a means of establishing and implementing IPM. Pesticide: Any substance or mixture of substances, including biological control agents, that may prevent, destroy, repel, or mitigate pests and is specifically labeled for use by the EPA. Evaluation Process Award will be made to the best price, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): a. Vendor shall provide a quote for the scheduled drop off dates above. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable. b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements. b. Contractor shall provide a list of all services included in the price. c. Contractor shall provide all current and relevant licenses and/or certifications for the State of Connecticut if applicable. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. 3. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. a. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). i. Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _____________________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination West Haven and Newington VAMC WD 2015-4127 and 2015-4119 (Rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 08/14/2024 at 17:00 PM EST. RFQ responses are due NLT 08/16/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0632 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b1802ca28604b42b307a0a7a7d010a1/view)
 
Place of Performance
Address: VAMC West Haven 950 Campbell Ave, West Haven, CT 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN07155883-F 20240807/240805230112 (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.