DOCUMENT
S -- Pest contract management services at Ft. Harrison VAMC and Miles City Community Based Outpatient Clininc (CBOC) - Attachment
- Notice Date
- 11/7/2017
- Notice Type
- Attachment
- NAICS
- #561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918R0060
- Response Due
- 11/14/2017
- Archive Date
- 12/14/2017
- Point of Contact
- Francisco Velazquez
- E-Mail Address
-
2-5723<br
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 2 A.1 REQUEST FOR INFORMATION / SOURCES SOUGHT INQUIRY The Department of Veterans Affairs Network Contracting Office (NCO 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources to provide Pest Control Management services at the Fort Harrison and Miles City Veterans Affairs Medical Centers. The Contractor shall furnish all supervision, labor, materials, and equipment necessary to accomplish surveillance, trapping, treatment, pesticide application, and pest removal components of the Integrated Pest Management (IPM) program. Contractor must adhere to all Environmental Protection Agency (EPA) regulations. Every pesticide bought, sold, or used in the United States must, by law, be registered by the U.S. EPA and in each of the sates. EPA approves not only the product itself, but also each separate use for which it is intended, and the product label. Contractor is responsible for applying only those pesticides that are registered. The contractor shall eradicate and suppress the following pests: rats, mice, wasps, cockroaches, ants, flies, spiders, and any other arthropod or common pest including bed bugs. Pests located outside of the specified buildings, but within the property boundaries of the buildings include raccoons, snakes, woodchucks, etc. Contractor must have capacity to eradicate bed bug infestation by convection heat treatment method. At a minimum, the contractor shall furnish and operate heat unit(s) and fan(s) equipment to raise room temperature above 120 degree Fahrenheit and hold temperatures at that rate for minimum of five hours. The Government will accept an alternative method to eliminate bed bug infestation if the proposed method is Federally-approved and environmentally safe. The Contracting Officer Representative (COR)/POC will approve the method used prior to use. The contractor must be able to provide same day heat treatment within twenty-four (24) hours of notification of positive bed bug sighting. Notification will be given during normal business hours 8:00AM 4:30PM, Monday Friday; and (c) must be able to treat a minimum of 2,000 square feet in same day service in each location. Each facility/ building must be equipped with catch-all mouse trapping stations at each entrance. Pest control management services are required in the following facilities: MILES CITY (CBOC) FT HARRISON VAMC BDG LOCATION BDG LOCATION BDG LOCATION 1 CBOC 16 Fire Station 154B Madison Clinic 8 Chapel Auditorium 16a Fire Station Annex 168 Liberty House 15 Nursing Home 17 Fitness Center 169 Behavioral Health 18 Generator Bldg 20 Maintenance Shop 170 Logistics Warehouse 20 Laundry 141 Administration Bldg 171 Boiler Plant 21 Ambulance Garage 150 Diabetics 22 Smoking Shelter 154 Hospital 23 Tele. Switch 154A Outpatient The NAICS code is 561710-Exterminating and Pest Control Services. Size Standard is $11.0 million. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contract Specialist. Because this is a request for information only, answers to questions will not be posted. If your organization can provide these services and is interested in this opportunity, please respond to Francisco Velazquez, Contract Specialist, Department of Veterans Affairs, NCO 19, 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 or via e-mail at Francisco.Velazquez-Salazar@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Any questions shall be addressed to the Contract Specialist, in writing, at the email address provided. The deadline for this information is 3:00 PM Mountain Time, Thursday November 9, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918R0060/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918R0060 36C25918R0060.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3896467&FileName=36C25918R0060-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3896467&FileName=36C25918R0060-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918R0060 36C25918R0060.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3896467&FileName=36C25918R0060-000.docx)
- Record
- SN04733402-W 20171109/171107231013-c88a14658886d72144dc30443aa5c93c (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 |