Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
SOURCES SOUGHT

S -- Pest Management Services, Wichita

Notice Date
7/11/2019
 
Notice Type
Synopsis
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519Q0566
 
Response Due
7/17/2019
 
Archive Date
9/15/2019
 
Point of Contact
913-946-1963
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below Work to be performed: The Contractor shall provide all supplies, materials, equipment, labor, supervision, management and transportation to perform all tasks. All work is to be performed in accordance with the guidelines established by Federal, State, and local ordinances as well as with the Contractor s Procedures Manual & Quality Control Pest Control Service: Two (2) visits per month will be required to perform routine treatment and inspection of all buildings located on the Department of Veterans Affairs property at the Robert J. Dole VA Medical Center, 5500 E. Kellogg Avenue, Wichita, KS 67218, except as noted in 2.2 below. Food preparation and food storage areas in Dietetics and Veterans Canteen Service kitchens as well as Sterile Processing Services (SPS) will be treated four times per month during the contract period. Recommendations for physical corrections to eliminate pest entry will be submitted to the Chief of Environmental Management Services (EMS) through the Contracting Officer s Representative (COR) through a biweekly report.. Unoccupied areas of the buildings listed in 2.1 above also to be treated include: Utility Rooms Crawl spaces under structures (buildings 1, 5, 7, 12, and 16) Water Valve Pits (spray for black widow spiders) Mechanical Areas Termite Control Service: Contractor shall provide termite control services at buildings 61, 26, and 60 using a bait system on existing holes. Billing for this service will be quarterly. Ant Control Service: Contractor shall provide ant control services with full power spray perimeter treatment around all buildings on property once per month. Recurrent issues with ants within 30 days following the service shall be addressed and re-treated at no additional cost to the government. Bed Bug Control Service: Contractor shall provide on-call bed bug control services for as-needed treatment of areas within the facility up to 10 treatments within a 1-month period with no additional cost to the government. Bed bug treatment (beyond the 10 treatments within a 1-month period) will be handled on an as-needed basis requiring individual quote. Interior Residual Treatment: Contractor shall during regularly scheduled visits apply residual insecticides by crack and crevice method only, for control of roaches, during the contract period to kitchens, food storage areas, etc. Treatment shall not be performed during times of any food preparation. Restriction of Pest Control Materials: All rodenticides or traps shall be placed only at times and to areas approved by the COR. Unused portions shall be recovered at the latest by the time limit set by the COR. The use of rodenticides other than Warfarin and Talon shall be restricted to locations specifically provided by the COR. The Contractor will be required to furnish the VA Medical Center, prior to initial application of pesticides and rodent control chemicals, the trade names, if any, and chemical names of the chemicals used and a label showing the contents, the concentration of chemicals as applied, and the Safety Data Sheet (SDS) for each chemical used. The contractor will furnish the same information when he/she changes chemicals or products used in the performance of the contract. This information is required for emergency treatment in the event of ingestion and/or contact with the material by humans. The Contractor may not use any pesticide banned by Federal, State, or local ordinances, and the contractor shall not apply any pesticide inconsistent with product label recommendations on VA property. The contractor will not prepare chemicals within the Medical Center buildings. The contractor shall ensure that vehicles are kept locked and secured while not at vehicle while on VA property. Removal of Dead Rodents: Contractor shall remove and dispose of all trapped, dead, or dying rodents within a reasonable time limit as established by the COR. Scheduling: The contractor shall provide a written schedule of when services will be performed and submit it to the COR for approval no later than start of the contract period. Pest Management (PM) tasks shall be scheduled on definite appointed days and in no event shall the Contractor carry on work outside regular agreed upon working hours without prior approval of the COR. In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, the entire work shall be rescheduled to a date and time satisfactory to the Contractor and the COR. Postponement will not reflect any additional costs to the Contractor or the Government. Standards: All PM tasks shall be accomplished to meet the guidelines as shown in the National Pest Control Association s good practice statements. Coverage: The contractor shall provide complete PM services for buildings and grounds as stated in the schedule. Tasks: PM service requirements of the Contractor are as follows: Inspection to determine which pest management measures are appropriate and required. Recommendations in writing for environmental sanitation practices that restrict or eliminate food, water, or harborage for pests. Recommendations in writing to provide physical barriers (i.e., caulking, cracks, crevices, etc. to prevent pest entry and breeding areas.). Selection and utilization of non-chemical control methods which eliminate, exclude or repel pests (i.e. traps, air screens, etc.). Selection and use of the most environmentally sound pesticides to effectively control pests when chemical control methods are necessary. Control of general structural arthropod pests (i.e. cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, etc.). Control of flying insect pests (i.e. house flies, blow flies, gnats, etc.). Control of parasitic and predatory pests (i.e. bed bugs, lice, fleas, mites, ticks, etc.). Control of nuisance or occasional invader pests (i.e. bees, wasps, scorpions, pill bugs, crickets, ground beetles, etc.). Control of rodents (i.e. house mice, field mice, roof rat, Norway rat, etc.). Control of stored product pests (i.e. sawtooth grain beetle, red/confused flour beetle, trogoderma beetle, grain moth, etc.). Control of and identifying problems with wood destroying organisms (i.e. subterranean termites, fungi, wood boring beetle, etc.). Termite treatment (other than in the areas already identified in Section 3 above) will be handled on an as needed basis requiring individual quotations. Provide suggestions for control of pest birds. Control will be handled on an as needed basis requiring individual quotations. Evaluation of control measures through follow-up inspections. Special Provisions: The following provisions shall be adhered to by Contractor personnel when performing pesticide applications of the areas specified below: Food handling areas: treatment of these areas is limited to only times when food is not being processed, prepared, and/or served. Elevators: Contractor personnel should not enter facility elevator which are occupied by food service equipment while having in their possession pesticides and/or application equipment. Patient-occupied areas: Contractor personnel shall utilize pesticides that are as odor free as possible in order to keep odor levels from affecting patients in these areas. Critical areas: Contractor shall submit a list of pesticides, formulations/synergistic effects and SDS for those pesticides intended for use in areas listed below, for approval by the COR, prior to any application. The planned use of pesticides in these areas requires recognition of the potential hazards to occupants, supplies, equipment, and surfaces. No substitution can be made at any time without prior approval from COR. Critical areas are determined by local Medical Center and VA/VHA guidelines/Directives. Pharmacy Surgical suites (e.g. operating rooms, recovery rooms, other procedure rooms, etc.) Inpatient care areas (e.g. ICU, Med-Surg, ED, etc.) Respiratory treatment areas Laboratory SPS Oncology Space treatment: When space treatment is required in the above areas, the Ultra-Low Volume method of pesticide application shall be utilized with approved equipment capable of delivering a particle size range of 0.5 to 15 microns. Interference to Normal Functions: Contractor are required to interrupt their work at any time so as to not interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, staff personnel, visitors, equipment, and/or carts. Disposal of Hazardous Wastes: Contractor shall not dispose of any excess pesticides, pesticide containers, or any other materials contaminated by pesticides at any location of the VA Medical Center premises except when specified by the COR. Storage of Pest Control Material: No pest control material or equipment shall be stored on VA Medical Center grounds which the operator is not working with, without the express approval of the COR. Hours of Operation: Normal business hours are 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays. A list of Federal holidays is available at www.opm.gov. Some contract tasks may require work to be performed after normal business hours. Call Back Requirements: Routine. Contractor shall, within twelve (12) hours after receipt of notification from the Contractor Officer or his/her COR, and at no additional cost to the Government, re-treat previously treated areas when inadequate control (as per specifications) was obtained. Emergency. Contractor shall, within two (2) hours after receipt of notification by the Contract Officer or his/her COR, and at no additional cost to the Government, perform PM services to correct emergent conditions. Required Contractor Reporting: Contractor personnel will sign in at the beginning of their scheduled work shift and out at the end of their shift. This will be done at the office of EMS in building 1B, room 002A-1C, if during normal working hours. Upon signing in, a tentative itinerary for the tour of duty will be provided to the EMS Work Lead or Shift Supervisor. If work is performed during other than normal business hours, the Contractor will check in and out by having the Administrative Officer of the Day (AOD) page the Housekeeping Aide Supervisor or Work Leader. Contractor is responsible for supplying, completing, and submitting all reports required by VA Central Office (VACO), Federal, State, or local ordinances, which pertain to any duties contained in the contract. 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 control chemicals and equipment, which may be in effect in the area in which the work under the Contractor should be performed. Any documents showing applicable licenses, registrations, or certifications shall be presented by the Contractor with bid upon the contract services. The North American Industry Classification System Code (NAICS Code) is 561710 (Exterminating and Pest Control Services), size standard $11 Million Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 07/17/2019. Attention: Michelle Stevens, Contracting Specialist. Email: michelle.stevens2@va.gov Phone: 913-946-1963 Fax: 913-946-1996 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25519Q0566/listing.html)
 
Place of Performance
Zip Code: 67218
 
Record
SN05366680-F 20190713/190711230022 (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.