Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
DOCUMENT

S -- Pest Control Services (VA-18-00131445) - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
36C24218Q9867
 
Response Due
9/5/2018
 
Archive Date
10/5/2018
 
Point of Contact
MURRAY, ANTHONY
 
E-Mail Address
Y.MURRAY2@VA.GOV<br
 
Small Business Set-Aside
Total Small Business
 
Description
Page 10 of 11 Page 10 of 11 COMBINED SYNOPSIS/SOLICITATION PEST CONTROL SERVICES AT THE STRATTON VA MEDICAL CENTER ALBANY, NY (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13.5 Simplified Acquisition Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; packages are requested and a written pre-solicitation will not be issued. (ii) This solicitation is being issued as a request for quote (RFQ). The Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9867. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. (iv) This procurement is being issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 561710, Exterminating and Pest Control Services, with a small business size standard of $11.0 Million. (v) The Contractor shall provide pricing to provide Albany Pest Control Services. See Attached table (It is not mandatory to use this table specifically but it is encouraged. The contract specialist will need to distinguish between the varying costs of the procurement in order to make a determination on price reasonableness.) (vi) Description of requirement Statement of Work Pest Control Services Stratton VA Medical Center Background The VA Healthcare Upstate New York (VAHNUNY), a division of the United States Government s Department of Veterans Affairs, has a need for Pest Control Services furnished at the VA Medical Center, Albany, New York to include main hospital building and all structures/outbuildings located at 113 Holland Avenue, Albany, New York. Scope of Work The Contractor shall provide Pest Control Services during the contract period of performance at the Stratton VA Medical Center, 113 Holland Avenue, Albany, New York, and all structures/outbuildings. Services to be performed include the following: Inspection: The contractor shall inspect and service the Medical Center twice weekly. Contractor shall submit a detailed service report for each service visit to the Environmental Services Department. Inspected areas shall include: employee locker room and break rooms janitorial closets and laundry rooms food service areas (kitchens, storerooms), restaurants and snack bars, vending machine areas, food carts, bedside furniture in patient rooms, floor drains and sink areas intensive care wards surgical suites, kidney dialysis rooms, autopsy rooms trash dumpsters and related facilities. The written inspection report must detail conditions found, including pest types, structural issues and sanitation issues. The contractor shall recommend appropriate actions that are consistent with Federal, State and local Board of Health Departments, JCAHO, OSHA and GEMS. Contractor must check in with the Environmental Services Point of Contact (POC) prior to and immediately after service. A service log book will be kept in the Environmental Management Office for review of existing issues, verification that issues were resolved and logging of new issues. These areas shall be inspected for pests the first week of every month: Rooms A534, A521, C221, A840, C265, C267, A521, A534, D123, 108-A, 804 Core, A840, A920 Dental, Dialysis and all operating rooms and the prep areas decontamination area and receiving area of SPD A separate detailed report will be supplied to the Environmental Management Office upon completion of this inspection each month. Perimeter Protection: Exterior: The contractor shall install and maintain exterior ant bait stations during the ant season to intercept and control ants before they enter the facility. Contractor shall perform the necessary granular and residual insecticide applications to mitigate other crawling insects from entering the facility during regular monthly service and also on an as-need basis during other visits. Interior: The contractor shall discretely apply ant gel bait into cracks and crevices near nest sites and ant trails in order to control ant infesting inside. For other crawling insects, residual insecticides shall be applied monthly or as needed around doorways and other entry points. Granular baits or dusts will be discretely applied into void areas as needed. Residual, contact, and dust insecticides will be limited to food and beverage and common areas. The use of relatively non-toxic baits will be used in patient rooms, ICU, surgery and other medical units. Patient removal will not be required in most instances. All ant bait stations will be locked and secured and an ant bait station diagram shall be included in the service logbook. Only the minimal amount of insecticide required will be used and all materials will be EPA approved and applied according to the label, laws and regulations. Stealth Flying Insect Defense: Exterior: Contractor shall apply fast acting residual insecticides monthly to fly resting surfaces, including garbage storage areas and building entryways. Fly bait will also be applied in inaccessible areas. Contractor shall be responsible for mitigating any wasp or bee issues. Interior: Contractor shall service ten (10) Stealth s and ten (10) non-reflecting insect light traps. Contractor shall apply fast acting residual insecticides monthly or as needed via a targeted wipe down method to fly resting surfaces. Contractor is required to clean, date, inspect and maintain all traps throughout the Medical Center.Additional Stealth s may be required to meet the needs of the Medical Center. Checkpoint Rodent Program: Exterior: Contractor shall intercept and control rodents before they enter the facility, to the maximum extent practicable. Should a rodent get into the medical center or other building, contractor will take all necessary measures to eradicate. Contractor shall install and maintain sufficient bait stations and document placement on an equipment diagram. Contractor will service all bait stations monthly. Interior: Contractor shall place and maintain sufficient interior wind up traps and will document placement on a rodent equipment diagram. Contractor will service these traps monthly. In addition, traps and glue boards will be used as needed and placed discretely. A rodent diagram must be included in the service log book. All bait stations must be locked and secured. All traps and bait stations shall be dated during monthly inspection and log sheets will note the conditions found during the time of service. Cockroach Elimination Program: If cockroaches are present, the contractor shall discretely apply the necessary bait, residual, contact, and dust insecticides into cracks and crevices and voids where cockroaches may hide. Residual, dust, or contact insecticide treatments will be limited to application within food service, cafeteria, break rooms, laundry, and common areas. If cockroaches are present in sensitive areas such as patient rooms and medical units, bait must be placed out of the sight of staff members and patients. All baits must be odorless, non-flammable, non-corrosive, have no inhalation hazard and must be classified as category IV pesticides, the lowest EPA toxicity rating. Only the minimal amount of insecticide required shall be used and all materials will be EPA approved and applied according to the label, laws, and regulations. All insecticide applications must be recorded in the customer service report provided by the contractor. Drain Program: Contractor shall provide two (2) cases per month of BIOSYS, Cleaning Agent. Manufacturer: Biological Systems, Inc. Cleaning Agent is used in kitchen areas for drains to keep fruit flies at bay. Bed Bug Program: Contractor shall inspect the Medical Center for Bed Bugs, and if warranted, will provide an integrated Bed Bug service that includes the use of bed bug monitors, baits, and/or the use of liquid extermination. Contractor is required to respond to the VA within one hour of a call for Bed Bugs. In the event that Bed Bugs infiltrate the facility, the contractor and the government COR will coordinate to develop a removal plan. Termite Program: Contractor will inspect the Medical Center, and if warranted, will provide an integrated termite service that includes the use of termite monitors, baits, and/or the use of liquid termiticides. In the event that termite activity is found during a routine inspection, In the event that Termintes infiltrate facility, the contractor and the government COR will coordinate to develop a removal plan. Bird Program: In the event that birds become a nuisance around the Medical Center s exterior, or are nesting on or within the facility or any entrances, the contractor shall provide the necessary service which shall be comprised of exclusion and repellent techniques. In the event a bird(s) infiltrate facility, the contractor and the government COR will coordinate to develop a removal plan. Wildlife Program: In the event that wildlife such as raccoons, squirrels, skunks, possum s, bats etc. are a nuisance around the Medical Center property, the contractor shall provide the necessary safe and humane services to alleviate such wildlife. In the event that wildlife infiltrate facility, the contractor and the government COR will coordinate to develop a removal plan. Response Time: The contractor shall respond verbally within one (1) hour of initial contact from Environmental Services Department and will work with the Medical Center s Environmental Management Staff to negotiate and establish on-site response times based on severity levels of pest situations. Response time shall be: one (1) hour for Level 1 Emergency Response (flies in operating room, ants in patient rooms, rodents in Medical Center, and major cockroach infestation or mice or bed bugs) within 24 hours for Level II Non Emergency Response (flies in common areas or patient rooms, ant or cockroach sightings). Safety & Environmental Compliance Contractor shall comply with the Green Environment Management Systems (GEMS); Federal Insecticide Fungicide Rodenticide Act (FIFRA); Environmental Protection Agency (EPA); and Occupational Safety and Health Administration (OSHA) regulations as they apply to Integrated Pest Management. The contractor shall be licensed by the State of New York to provide pest control in the categories in which work will be performed. A certified pesticide applicator shall perform all pesticide applications. The individual must be responsible and all pesticides must be used in accordance with the Federal, state and local laws and publications. All pesticides shall be procured, processed, handled and applied in strict accordance with the manufacturer s label. The contractor shall provide a book/binder with copies of all MSDS sheets for all chemicals and pesticides to be used or potentially used under this contract. The contractor shall submit to the Contracting Officer s Representative (COR) a list of pesticides proposed for work prior to initiation of work. The COR must approve the pesticides proposed before they can be used. Copies of the pesticide label and material safety data sheets (MSDS) for each pesticide proposed for use must be included. Copies of New York State business license as an applicator of pesticides and the pesticide applicators certificate shall be provided to the COR. The Contractor shall use safety equipment and protective clothing as required by the EPA approved label, MSDS and State regulations, and shall be in accordance with industry standards. The Contractor shall apply pesticides in such a manner as to prevent toxic exposure of personnel, wildlife, and plants. The Contractor shall not apply pesticides outdoors during excessive winds (10 MPH or greater), heavy rain, while runoff is occurring. The Contractor shall be responsible for any additional restrictions directed by the pesticide label, State regulations, or the Contracting Officer. The contractor shall dispose of all excess pesticides, pesticide rinse water, empty pesticide containers, and any pesticide contaminated article in accordance with the label and applicable Federal and state regulations. Pesticides, pesticide containers, pesticide residue, pesticide rinse water, or any pesticide contaminated articles shall not be disposed on VA property and is the responsibility of the contractor to dispose of. The contractor shall be responsible for properly cleaning, decontaminating, and reporting pesticide spills as required by Federal, state and local laws. Contractor Vehicles Vehicles used to transport pesticides shall be labeled for pesticide use. Such vehicles shall be equipped with a fire extinguisher, spill and decontamination kit, and emergency wash water. Fire extinguisher shall be a BC dry chemical type with a 10-pound capacity. Extinguisher shall be mounted and easily accessible. At a minimum, appropriate safety equipment shall include a backflow preventer, protective clothing and cap, rubber gloves, rubber boots, a Federal/ State approved respirator, rubber apron and goggles. Pest control vehicles shall not be left unattended at any time unless properly locked and secured. Transportation of all pesticides shall be accomplished in accordance with 49 CFR. All vehicles used to transport pesticides shall be maintained free of pesticide spillage or residue. Contractor Equipment Contractor shall inspect tanks, valves, and fittings for signs of leakage prior to each pesticide transfer. The Contractor shall provide maintenance and repair as necessary to keep all equipment in proper operating condition. All tanks, hoses, pumps, control valves, and gauges shall be free of visible deterioration, shall not leak, and shall operate at the manufacturers recommended rates and pressures. Contractor shall replace and/or repair equipment, which has failed prior to resuming operations. The Contractor shall be held accountable for any damage to Government facilities, equipment or grounds, caused by Contractor employees. Pest Management Report Pest Control personnel shall submit a pest management report to the COR at the completion of each treatment. The report shall contain the following: Building Name Number Invoice Number Contract Number Date of Service Address Pesticide name and formulation Quantity of pesticide applied (gal, oz, etc.) The percentage of final dilution Total area treated (square feet, acre, etc.) Certified technicians name Period of Performance: The base period for this requirement is December 1, 2018 through November 30, 2019 with provision of 4 option years. Contracting Office Address: VISN 2 Network Contracting Office - Albany 20 Madison Ave Extension Albany, New York 12203 Place of Performance: Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: solicitation number for this requirement as 36C24218Q9867 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete. Terms of any express warranty Quality Control Plan Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.216-1 Type of Contract (APR 1984) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the best value to the government given price and other factors. The following factors shall be used to evaluate offers: Evaluation Factors for Confidential Pest Control Services Environmental Management Service Technical: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a pest mitigation plan and proposed schedule of service based on the requirements stated in the Statement of Work. Subfactor A Performance capability The offeror s performance capability document shall include a detailed statement of contractor s capability in reference to this requirement. Subfactor B Quality Control Plan The offeror s Quality Control Plan shall include the details described in the statement of work section of this solicitation. Subfactor C Licensing The contractor shall provide proof that they are licensed in New York State, and conform to the most current revision of the Rules and Regulations of the New York State Department of Health as well as Federal, EPA, JCAHO, OSHA and GEMS regulations. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.219-76 Subcontracting Plans Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation. The Pest Controller 99410 Occupation Code is applicable $19.40 per hour plus Health and Welfare. (xiv) N/A (xv) This is an open-market total small business set-aside combined synopsis/solicitation for Pest Control Services at the Stratton VA as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received not later than 4:00 PM EST, Friday August 24,2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Wednesday September 5, 2018 @ 2:00 pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov and CC Janine Childs, Contracting Officer, Janine.Childs@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q9867/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9867 36C24218Q9867.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548563&FileName=36C24218Q9867-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548563&FileName=36C24218Q9867-000.docx

 
File Name: 36C24218Q9867 Pest Control Pricing Worksheet.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548564&FileName=36C24218Q9867-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548564&FileName=36C24218Q9867-001.docx

 
File Name: 36C24218Q9867 P09 QASP-Albany Pest Control.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548565&FileName=36C24218Q9867-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548565&FileName=36C24218Q9867-002.doc

 
File Name: 36C24218Q9867 P07 ALBANY WAGE DETERMINATION.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548566&FileName=36C24218Q9867-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548566&FileName=36C24218Q9867-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: STRATTON VA MEDICAL CENTER;113 HOLLAND AVE;ALBANY NY
Zip Code: 12208
 
Record
SN05043943-W 20180819/180817231238-b2400bdadd80a1a29e8d068514c59dea (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.