Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
DOCUMENT

S -- Integrated Pest Management (IPM) Services - Attachment

Notice Date
9/24/2018
 
Notice Type
Attachment
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
36C25618U0508
 
Response Due
10/9/2018
 
Archive Date
11/8/2018
 
Point of Contact
John Walker
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER: THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. The anticipated Small Business Administration (SBA) size standard for the North American Classification code (NAICS) 561710 is $11.0 Million. 1. Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) hereby issues the following Sources Sought Notice as a Request for Information (RFI). This RFI is being used for Market Research purposes only to seek contractors with the capability to provide the Central Arkansas Veterans Healthcare System (CAVHS) with all labor, tools materials, supplies, equipment, laboratory testing, supervision, transportation, and required licensed personnel necessary to provide comprehensive Integrated Pest Management (IPM) Services. 2. Place of Performance: A. John L. McClellan Memorial Veterans Hospital 4300 West 7th Street Little Rock, AR 72205 B. Eugene J. Towbin Healthcare Center 2200 Fort Roots Drive North Little Rock, AR 72114 3. Opportunity: The MEDVAMC is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI to assist the MEDVAMC in determining potential levels of competition available in the industry. NOTE: All Questions and information shall be answered and provided in Sections 4 through 7 for the government to consider whether the contractor has the capability to meet the government requirement. 4. Responses Requested: The MEDVAMC requires the following questions answered in this RFI: Answers that are not provided shall be considered non-responsive to the Request for Information. a. Is the Contractor licensed/certified by the Department of Agriculture and/or Environmental Protection Agency to provide Integrated Pest Management (IPM) services, to include the proper handling, use, treatment and disposal of chemicals and pesticides? Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. b. Are contractor personnel/technicians certified/licensed to provide IPM services? Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. c. Prospective contractors shall provide their point(s) of contact name, address, telephone number, and email address. In addition, contractors shall provide the company's business size, and Data Universal Numbering System (DUNS) Number. d. Is your company a small business (SDVOSB, VOSB), SDBs, HUBZone, or 8A concern? NAICS Code: 561710, PSC Code: S207, Insect & Rodent Control Services. Please provide proof of qualifications. e. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. 5. Capability Statement: Provide your capability statement to demonstrate your company s understanding and ability to perform Integrated Pest Control Services for approximately 2,494,457 square footage of building interior and exterior land perimeter. At a minimum: Include descriptive identification/information on fleet of vehicles on-hand for this type of service. Provide step-by-step initial inspection and monthly pest management measures that are appropriate and required for both building interior and exterior land perimeter. Provide a list of pest and reptiles that require pest control services for Arkansas Provide a list of environmentally sound pesticides used to control pest and reptiles when chemical control methods are used. Provide the proposed number of certified professional staff required to service approximately 2,494,457 square footage of building interior and exterior land perimeter. Provide descriptive emergencies and emergency response time after receipt of call from agency. List all certifications and licenses required to perform IPM services in the state of Arkansas. 6. Relevant Experience: Please provide Government or Commercial agency relevant experience within the last three (3) years. Information shall include: Contract Number Name/Point of Contact (POC) POC phone number POC email address Brief description of how the contract referenced at 6(a) relates to the technical capability within the pest control industry for the interior and exterior of government and/or commercial buildings. 7. Subcontracting: If subcontracting, provide subcontractor s business name, address, phone number, and DUNS. Identify specific task(s) to be performed by the subcontractor and prime contractor. Contractor shall possess the capability to provide all requirements and objectives. 8. Attachment 1: Facility Locations and Square Footage 9. Attachment 2: Use format to submit Contractor s recommendations, CLIN Structure, etc. 10. Instructions and Response Guidelines: RFI responses are due by 10:00am (CST) on Tuesday, October 9, 2018; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to john.walker15@va.gov All Questions shall be submitted by 10:00am (CST) on Wednesday, October 3, 2018 via email to john.walker15@va.gov Telephone requests or inquires will not be accepted. The subject line shall read: 36C25618U0508 - Integrated Pest Management Services NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(e). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. 11. Contact Information: Contract Specialist, John Walker Email address: john.walker15@va.gov Your responses to this notice is appreciated. DRAFT STATEMENT OF WORK GENERAL: The contractor shall provide all labor, tools materials, supplies, equipment, laboratory testing, supervision, transportation, and required licensed personnel necessary to provide comprehensive Integrated Pest Management (IPM) Services for the Department of Veterans Affairs Central Arkansas Veterans Healthcare System (CAVHS) in accordance with this Statement of Work (SOW). This includes the John L. McClellan Memorial Veterans Hospital (JLM) in Little Rock, AR and the Eugene J. Towbin Healthcare Center (EJT) (with outlying facilities) in North Little Rock, AR. The approximate total square footage of all facilities is 2,494,457 (See attachment 1). The work required under this SOW shall include both interior and exterior of all buildings and grounds. The contractor shall perform all work in accordance with the guidelines established by Federal, State and Local ordinances; in addition to the Contractor s Procedures Manual & Quality Control Manual, the VHA Program Guide 1850.2, and in accordance with applicable commercial pest control procedures. An IPM plan is required prior to implementation and is required to be submitted with proposal. The contractor shall perform services in a manner which ensures the overall health and general well-being of patients, staff, and visitors. Places of Performance: Two (2) locations as identified below a. John L. McClellan Memorial Veterans Hospital 4300 West 7th Street Little Rock, AR 72205 b. Eugene J. Towbin Healthcare Center 2200 Fort Roots Drive North Little Rock, AR 72114 Performance Period: The Government contemplates awarding a Base year plus four (4) one (1) year option periods. Scheduling: a. The pest control agent shall treat all areas with a thirty (30) day residual chemical and anticoagulant bait for rodent control. The chemicals used may vary, but shall conform to the Environmental Protection Agency s (EPA) chemical standards. b. The contractor shall perform outside pest control treatment for mosquitoes after normal working hours (Apr through September). c. The contractor shall schedule and perform pest management tasks on definite appointed days. In no event shall the contractor conduct work outside regular agreed-upon working days without prior approval from the Chief, Environmental Management Service (EMS). Standards: The contractor shall accomplish all IPM tasks a) to meet the guidelines as shown in the National Pest Control Association s good practice standards and b) according to the schedule for each building/area identified in Attachment 1. Hours of Operation: Normal Business hours are from 8:00 am to 4:30 pm, Monday through Friday (excluding federal holidays). These dates include: New Year's Day, Martin Luther King's Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas and any other day specifically declared by the President of the United States to be a national holiday. Tasks: The Contractor shall be responsible for the following: a. Inspections to determine which pest management measures are appropriate and required. b. Recommending in writing for environmental sanitation practices that restrict or eliminate food, water, or harborage for pests. c. Selection and use of the most environmental sound pesticide(s) to effect control when chemical control methods are necessary d. Bees, Wasps (nest), live animals, bats, snakes are opted as additional service solutions under the base schedule for each removal. Services include up to 12 trapping services for vertebrates per period of performance. e. Pest and rodents are normally defined, but not confined to rats, mice, squirrels, roaches, ants, silverfish, and fleas. Exterior pests are mosquitoes, flies, gnats and other flying insects. f. Control of parasitic and predatory pests (i.e., lice, bedbugs, fleas, mites, and ticks). The contractor shall inspect and provide written facility bed bug assessment in October and May of each year of the contract. Items to be inspected for bed bugs include: Linens, mattress, box springs, bed frames, sofas, chairs, desks, night stands, headboards, mounting brackets, light fixtures, electronics, carpet edges, baseboards, wardrobes, dresser, TV stands, outlets, switch plates, pictures, wall fixtures, mirrors, office chairs, seating and common areas. The contractor shall, after inspection but before treatment for bed bugs, remove the baseboards from the wall and pull carpeting away from wall. Infested rooms shall be treated with STERIFAB, which shall be applied to cracks, crevices, mattress and baseboard areas. The room shall be inspected after six (6) hours to determine if it is ready to be released. Contract pricing to includes fifteen (15) bed bug inspections and treatments per year per campus. g. Control of rodents (i.e. house mouse, field mouse, roof rats, Norway rats, etc.) All rodenticides or traps shall be placed around the exterior of the facilities and maintained monthly. Inspect the outside perimeter and public areas of the facility to identify signs of Rodent activity, possible entry points and conditions conducive to Rodent activity (both interior and exterior areas of the facility.) Exterior services: Install and maintain Rodent traps and/or Rodent bait stations around the outside perimeter of the facility. Interior services: Install and maintain interior Rodent traps suitable for the facility. Inspect, clean, date and barcode Rodent bait and trapping equipment during regular service visits. Upon contract award, the contractor shall install 150 Rodent stations. Additional stations shall be installed as needed, not to exceed 300 annually. h. Ant control shall be based on type of ant species found. The contractor shall visually inspect both the inside and outside of the facility to determine Ant species, nest locations, Ant trails and other signs of Ant activity. Additionally, the contractor shall develop and provide targeted product applications for inside and outside the facility based on inspection findings. i. Pest equipment placement will be bar-coded. The barcode will identify the type of device and device number location. During regular service visits, the barcode shall be scanned and data collected concerning conditions contributing to pest activity, approximate numbers and types of pests, equipment status, and date and time of service. Provisions: The Contractor shall adhere to the following provisions in performing pesticide applications of the areas specified below: a. Food Handling Areas: Treatment of these areas is scheduled weekly, but limited to only times when food is not being held, processed, prepared, served and while not occupied by facility employees. These areas shall be treated after 8:00 pm and before Midnight after normal business hours, and are subject to additional treatments if necessary. This also include the Starbuck's locations dining rooms, and vending machine areas. It MUST include space treatments (flushing monthly). b. Contract Security: Provide the Contracting Officer Representative (COR) a list of employee s names and other required information for access on premises. All contract employees will be required to undergo a Background Screen and T1 Background Investigation. The Background Screen includes completing the OF-306 and being electronically fingerprinted. Electronic fingerprints can be taken at either CAVHS campus. For the Background Investigation contract employees must complete the OF-306, VA 0710, Self-Certification, and VCS Background Investigation Package. Security requirements should be coordinated through the COR. Contract employees will not require network access or have access to sensitive information. Contract employees will be required to wear VA issued Velocity Badges for physical access only while performing work on this contract. c. Patient Occupied Areas: Utilize pesticides with a low volatility and as odor free as possible to keep odor levels from affecting patients in these areas. d. Critical Areas: Submit a list of pesticides for the intended use in areas listed below for approval by the Chief, EMS, prior to any application. The planned use of pesticides in these areas requires recognition of the attendant hazards to occupants, supplies, equipment, and surfaces. No substitution shall be made at any time without prior approval from Chief, EMS. Critical Areas (as determined by local medical facility and G-3, M-I, Part VII Guidelines) are as follows: AREA Pharmacy Research Facilities Operating Rooms Intensive Care Units Respiratory Care Areas SPD/SPS Hemodialysis Community Living Center e. Unoccupied Areas: Areas of the buildings listed above in 7(a) to be treated include: AREA Utility Rooms Crawl spaces under structures Mechanical Areas Water Valve Pits (spray for black widow spiders) f. Community Living Center (CLC): Shall be evaluated and treated bi-monthly. The contractor shall submit a Quality Assurance (QA) report monthly, on the status of the program to the Chief, and Environmental Care Specialist. g. Housekeeping Closets: Shall be treated monthly. h. Ultraviolet Bug Lights: Provide Ultraviolet bug lights that will reflect off the wall. The contractor shall, upon contract award, install 90 lights. Additional lights shall be added as needed. Termite Control Service: The contractor shall control wood destroying organisms (i.e., subterranean termites, dry wood termites, fungi, wood boring beetles, etc.) Interior Residual Treatment: During regularly scheduled visits, the Contractor shall apply residual insecticides by the crack and crevice method only, for control of roaches, at least twice monthly (see paragraph 3b), during contract period, to kitchens, food storage areas, and vending machine areas. Care should be taken to avoid these areas during times of any food preparation. Interference to Normal Function: The contractor shall not interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel equipment and carts. Disposal of Hazardous Wastes: The contractor shall not dispose of any excess pesticide, pesticide containers, or any other materials contaminated by pesticides at any location on the medical facility premises except as specified by the Chief, EMS. Authority of Operators: Only certified operators designated by the Contractor shall perform work under the contract. Such operators must bear the Contractor s signed designation. They shall have visible on their person, identifying uniforms bearing the individual s name and the company name so that they may be easily recognizable at all times. They shall also have a CAVHS badge identifying them as a vendor. On each visit, the operator(s) shall report to the Chief, and/or Assistant Chief EMS or his/her designee prior to performing any work. Contractor personnel shall be required to complete the VA fingerprint screen and background investigation. The COR will provide contract employees the applicable documents to complete. Contract employees can be electronically fingerprinted at either the Little Rock or North Little Rock campuses. Contractor employees will not have access to sensitive information or require PIV access Conformity to Regulations: The contractor shall conform to all regulations, Federal, State and Local governing, examining and licensing of pest control operators, performance of pest control, use of approved pest controls chemicals and equipment, which may be in effect in the area in which the work under the contract will be performed. Call Back Requirement: The following shall apply: a. Routine: The contractor shall call COR back within one (1) hour after COR contacts the contractor to report a pest issue. b. The contractor shall, within 12 hours after receipt of notification by the Contracting Officer (CO) or the COR, and at no additional charge to the Government, re-treat previously treated areas when inadequate control (as per specifications) was performed c. Emergency: The contractor shall, within one (1) hour after receipt of notification by the CO or COR, and at no additional charge to the Government, perform IPM Services to correct the emergent condition. d. If the Contractor fails to furnish the required services within the time-frames established, the Government reserves the right to obtain the service from another source and to charge the contractor with any costs which may result there from. Required Contractor Reporting: a. The contractor shall report to JLM room GE-100, for Little Rock and room GE-115 for EJT, North Little Rock on scheduled days Monday through Friday, except for holidays, for information regarding location of infestation and for pest work orders submitted. The contractor shall submit a written report of all activities following each visit and enter said report in a log book kept in the office areas, with the signature of the COR or responsible designee. b. The Contractor shall furnish the following pest management documentation monthly: 1. Name and address of the individual who applied the pesticide. 2. Location, by building and room number where each pesticide was supplied. 3. Pest or pests against which the pesticide was applied. 4. Date and time of application. 5. Brand name of the pesticide applied. 6. Name of the pesticide manufacturer, or the federal EPA registration number of the pesticide. 7. Rate of application or amount and total of pesticide applied. c. All IPM Services performed during the contractor s work shift shall be documented and submitted to the Chief, EMS or his/her designee. d. The contractor is responsible for supplying, completing, and submitting all reports required or requested by Federal, State, and Local ordinances, which pertain to any duties contained in the contract. e. The contractor shall furnish the CAVHS (prior to initial application of pesticides) the trade names (if any) and the chemical names of the chemical used and a label showing the contents, strength of the chemical (ratio) and the antidote thereof (Safety Data Sheets). Contractor shall furnish the same information each time he/she changes chemicals of products to be used in the performance of this contract. This information is required by the medical center in the event emergency treatment is required by accidental ingestion or and/or contact with the material by humans. Storage of Pest Control Material: The contractor shall not store any pest control materials or equipment on the Medical Center grounds which the operator is not working with, without the approval of the COR. SPECIAL CONTRACT REQUIREMENTS 1) Payment: The contractor shall submit requests for payment electronically to the VA s Tungsten Network. Invoices shall be paid monthly in arrears for all authorized work performed upon receipt of a properly prepared invoice submitted to: https://www.fsc.va.gov/einvoice.asp Invoices must include contract number, purchase order number, location inspected/treated and date inspected/treated. Non-performance or late performance may result in delayed or reduced payment under this contract. 2) Quality Assurance Plan (QAP): The Contractor shall maintain, and provide to the COR, a formal QAP to maintain an on-going program to objectively and systematically monitor and evaluate the quality, resolve identified problems, and assessment of compliance with this contract. Additionally, the contractor shall provide the COR quarterly reports of services performed. 3) Staff Credentials: The contractor shall have written policies and procedures regarding staff credentials. All equipment shall be set-up, serviced, or picked up by only qualified competent professionals who are familiar with the equipment and who are, when required, certified by the State of Arkansas and/or any other pertinent Government agencies. A copy of these certifications and a list of the employees shall be provided to the CO. 4) Continuity of Service: A thirty (30) day Phase-in/Phase-Out period, effective on the contract commencement date is required to facilitate a potential change in contractors upon expiration of the current contract and to ensure continuity for service. When there is a change in contractor, it shall be the responsibility of the new contractor to ensure the transition is accomplished without delays in scheduling for the Integrated Pest Control. 5) Emergency Preparedness Plan (EPP): The contractor shall provide an EPP (disaster plan) which provides for continued, uninterrupted service in the event of an emergency which might result in an interruption of service. A copy of this plan shall be provided to the COR within 30 days after contract award. 6) Evidence of Insurance Coverage: Prior to award of the contract the prospective contractor shall furnish the CO proof they are bonded and insured to the appropriate level to perform this contract. 7) Changes to Contract or Statement of Work: Changes to this SOW or the impending contract shall only be authorized and approved through written correspondence from the CO. A copy of each change shall be kept in a project folder along with all other documents or items pertaining to the project. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. (End of Statement of Work)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25618U0508/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618U0508 36C25618U0508.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607214&FileName=36C25618U0508-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607214&FileName=36C25618U0508-000.docx

 
File Name: 36C25618U0508 Attachment 1 FACILITY LOCATION _ SQUARE FOOTAGE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607215&FileName=36C25618U0508-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607215&FileName=36C25618U0508-001.pdf

 
File Name: 36C25618U0508 Attachment 2 Recommendation.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607216&FileName=36C25618U0508-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607216&FileName=36C25618U0508-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05102500-W 20180926/180924231013-56dbc75dfa2f1931dca5970e8c5b07b5 (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.