SOURCES SOUGHT
S -- Integrated Pest Management Services
- Notice Date
- 11/17/2022 9:19:54 AM
- Notice Type
- Sources Sought
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0113
- Response Due
- 11/23/2022 9:00:00 AM
- Archive Date
- 01/22/2023
- Point of Contact
- Rosangela Pereira, Contract Specialist, Phone: 401-273-7100
- E-Mail Address
-
Rosangela.Pereira@va.gov
(Rosangela.Pereira@va.gov)
- Awardee
- null
- Description
- THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATION AND PLANNING PURPOSED ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this sources sought/RFI is to gain knowledge of businesses that are capable of fulfilling the following work requirement: STATEMENT OF WORK Integrated Pest Management Services for Providence Healthcare System (HCS) The Contractor shall furnish all labor, supervision, transportation, tools, materials and supplies necessary to perform pest control services in accordance with this Statement of Work (SOW). The contractor shall conform to all federal, state, and local regulations governing examining and licensing of pest control operators, performance of pest control, use of approved pest control chemicals and equipment, and proper disposal methods for all products/containers, which may be in effect for the area where the work under the contract will be performed. Contractor to provide on-site pest control services for all Service Locations identified in section 6. Contractor shall respond to all routine calls within twenty-four (24) hours and emergency calls and situations within four (4) hours of notification by the Contracting Officer s Representative (COR) to provide service. These services shall be performed by certified, trained and licensed pest control operators in any or all categories as required by the States of Rhode Island and/or Massachusetts. The period of performance will be one year (1) from date of Government signed award for twelve (12) consecutive months with four (4) option years, exercised at the discretion of the Government not to exceed twelve (12) consecutive months for each option year. Contractor will submit an Integrated Pest Management (IPM) plan as part of the response to quote for the interior and exterior of the VA Medical Center in Providence, located at 830 Chalkstone Avenue, Providence RI 02908, the Harwood Facility located at 385 Niagara St, Providence, RI 02907 as well as the Community Based Outpatient Clinic (CBOC) located at 175 Elm Street, New Bedford, MA 02740, to ensure the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests. The IPM plan will include all aspects of the SOW. Place of Performances: Please see Section 6 of the PWS for all Providence HCS locations. Period of Performance: This contract will be for a base + 4 option years. The following estimated period of performance is tentative and may change depending on the date of award. The anticipated start date is January 1, 2023. 1. SERVICE/MAINTENANCE/INSPECTION The Contractor shall perform service, maintenance, and inspection to ensure the following tasks are accomplished. Inspections of areas to determine which pest management measures are appropriate and required. Provide recommendation of environmental sanitation practices that restrict or eliminate food, water or harborage for pests and recommend engineering practices that limit entry of pests. Selection and utilization of non-chemical control methods that will eliminate, exclude or repel pests (including, but not limited to insect electrocution devices, traps, caulking, air screens). Selection and use of the most environmentally sound pesticide(s) to affect control when chemical control methods are necessary. Collection and disposal of all pests. Control (eliminate or prevent the flourishing or spread) of general arthropod pests (including, but not limited to cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, centipedes, millipedes, etc.). Control (eliminate or prevent the flourishing or spread) of rodents (including, but not limited to mice, rats, voles, etc.). Control flying insect pests (including, but not limited to house flies, stable flies, blow flie Control of predatory pests/disease vectors (including, but not limited to lice, bedbugs, fleas, mites, ticks, bees, wasps, mosquitoes, scorpions). Control of stored product pests (including, but not limited to sawtooth grain beetles, red/confused flour beetles, trogoderma beetles, grain moths). Control of mice and rats (including, but not limited to house mice, field mice, roof rats, Norway rats) Control pest birds (including, but not limited to pigeons, sparrows, blackbirds, etc.). Control other vertebrate pests (including, but not limited to dogs, cats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons). Control wood destroying organisms (including, but not limited to subterranean termites, dry wood termites, fungi, wood boring beetles). Control (treat and eliminate) of bed bugs (cimex lectularias) in the environment. Fumigation treatments may require separate scheduling as approved by the COR for the convenience of the facility. 2. SPECIAL PESTICIDE APPLICATION PROVISIONS: The following provisions shall be adhered to by the Contractor in performing pesticide applications of the areas specified below: Food Handling Areas: Treatment is limited to times when food is not being held, processed, prepared, or served; and while not occupied by facility employees. The Contractor (in the possession of pesticides or application equipment) shall at no time enter facility elevators which are occupied by food service equipment. Patient Occupied Areas: The Contractor shall utilize low volatility, odor free pesticides that do not expose patients or staff above permissible exposure levels (PEL), in accordance with the established guidelines. Critical Areas: The Contractor shall submit a list of pesticides for intended use in areas listed below for approval by the COR, prior to any application. When space treatment is required in these areas, the Ultra-Low Volume (ULV) method of pesticide application shall be utilized with approved equipment capable of delivering a particle size range of 0.5 to 15 microns. 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 approval in advance from the COR. Critical Areas: Pharmacy, Research Facilities, Operating Room, Intensive Care Units, Respiratory Care Areas and Sterile Processing Service (SPS). 3. STORAGE OF PEST CONTROL MATERIALS: No pest control materials or equipment shall be stored or kept at the Medical Center when the contractor is not working on site unless authorized in writing first by the COR. 4. DISPOSAL OF UNUSED PESTICIDES: The Contractor shall not dispose of any excess pesticide containers or any other materials contaminated by pesticides at any location on the Medical Center premises. 5. CONTRACTOR PERSONNEL QUALIFICATIONS AND REQUIREMENTS: NOTE: Certification shall mean a current Certificate of Competency in pest management in any and all categories as identified by the State of Rhode Island. The Contractor shall provide a detailed list (at time of submission of quote) of all certified professional staff to be utilized in the performance of this contract, including copies of state certifications and categories of training. Non-certified employees may assist the supervisor in performance of the work as long as they are in immediate contact with and visible to the supervisor. The supervisor will assume all responsibility for their work. The Contractor shall comply with applicable federal, state and local regulations and guidelines and licensing of pest control operators, performance of pest control and use of approved pest control chemicals and equipment set forth by the EPA and National Pest Control Association. It is the contractor s responsibility to keep abreast and comply with changes in these regulations and codes applicable to the contract so that compliance with all current regulations and codes is maintained. All of the contractor s personnel assigned to performance of this contract shall be clearly distinguishable from VA employees and must have visible on their uniforms, the name of the company and employee s name so they are easily recognizable at all times. 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. 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 must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor s employees must return the access badge(s) to the COR or designee at the end of each visit. Contractor personnel shall inform the COR of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with the COR. The contractor shall be required to comply with all security policies/requirements of Providence VAMC. 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. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. Providence VAMC does not validate or make reimbursement for parking violations of the contractor s personnel. 6. SERVICE LOCATION: Providence VA Medical Center Approximately 450,000 Square Feet. 830 Chalkstone Avenue, Providence, RI 02908. Building No. 1 - Main Hospital - To include monthly spray for roaches once a month within the canteen area of the basement and nutrition service located on the 4th floor. Sub-basements - Main Hospital (including Clinical Addition) Building No. 2 Building No. 3 Building No. 4 Building No. 5 Building No. 6 Building No. 7 Building No. 8 Building No. 9 Building No. 10 Building No. 14 Building No. 22/23 Building No. 32 Building No. 35 Trailer No. 7/8 Trailer No. 18 Trailer No. 32 Trailer No. 33 Trailer No. 34 Trailer No. 35 Trailer No. 36 Trailer No. 37 Trailer No. 38 Trailer No. 39 Harwood Facility 2 Buildings Upper & Lower 385 Niagara St Providence, RI 02907 New Bedford Community Based Outpatient Clinic 175 Elm Street New Bedford, MA 02740 7. SCHEDULE/HOURS OF OPERATION: Pest management tasks shall be pre-scheduled and performed on scheduled days. The Contractor shall not work outside regular agreed upon working hours without prior approval of the COR. Routine Services include a minimum of 1 service day per week at the Main Campus (830 Chalkstone Avenue, and 1 service day per week at the Harwood Center (385 Niagara St) and the New Bedford Outpatient Clinic (175 Elm Street). All documented pest issues in the Pest Log Book will be treated on these two treatment days, which include all buildings listed under Service Location. Emergency Services will be requested by the COR during normal business hours. In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the entire work shall be re-scheduled to a date and time satisfactory to the Contractor and the COR. Postponement will not reflect any penalties assessed to the Contractor, nor would there be any additional cost to the Government. Normal business hours are 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding federal holidays. A list of Federal holidays may be found at www.opm.gov. Some contract tasks may require work to be performed after normal business hours. This would be with advanced notice from the COR and no additional charge to the government. The Contractor shall allow VA personnel to interrupt the pest control application process at any time due to events that interfere with normal functioning of the facility and require immediate attention including utility services, fire protection systems, and transporting patients, personnel, equipment and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 8. SERVICE CALLS: Routine: The Contractor shall, within 24 hours after receipt of notification by the COR, and at no additional charge to the Government, re-treat areas where contract specifications of contract specifications of performance have not been met. Emergency: The Contractor shall respond within 4 hours after receipt of notification by the COR, at no additional charge to the Government to provide integrated pest management services to correct emergency deficiencies. 9. COMPLIANCE/REGULATIONS/SAFETY: Contractor must obey 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, as delineated on the product label. Contractor is responsible for applying only those pesticides that are registered. Contractor must obey all Department of Transportation (DOT) regulations. Shipment of pesticides and other dangerous substances across state lines is regulated by DOT. Contractor must obey all Occupational Safety and Health Administration (OSHA) regulations. All rodenticides or traps shall be placed only at times and in the areas approved by the COR. Rodenticides, and/or traps shall be replaced as necessary and per manufacturer recommendations. No pest control material or trap shall be placed where it may be recovered by patients, nor shall such material be allowed to contact food or cooking utensils. 10. REQUIRED CONTRACTOR REPORTING: All logs and reports shall be catalogued by the Contractor. The Contractor shall sign in at the beginning of their scheduled work shift and out at the end of their work shift. This will be done at the COR s office at each facility which will be designated once the contract has been awarded. The Contractor shall complete and submit to the Contracting Officer and COR of the medical facility the provided Integrated Pest Management Maintenance Record. All Integrated Pest Management Services performed during the work shift will be documented after each treatment visit prior to the Contractor leaving the facility and reviewed by the COR. To include, but not limited to; The name and address of the individual who applied the pesticide. The location, by building and room number where each pesticide was applied. The pest or pests against which the pesticide was applied. The date and time of application. The brand name of the pesticide applied. The name of the pesticide manufacturer, or the federal environmental protection agency registration number of the pesticide. The rate of application or amount of the pesticide applied, and the total area treated. The Contractor shall be responsible for supplying, completing and submitting all reports required or requested by Federal, State or local ordinances which pertain to any duties contained in the contract. The Contractor shall be required to furnish the VA, prior to initial application of pesticides, a list of the trade names and the chemicals used; labels showing the contents, the use strength of the chemical as applied, the antidote, and Material Safety Data Sheets. This information is required for emergency treatment in the event of ingestion of and/or contact with the materials. The Contractor shall furnish the same information each time he changes chemicals or products used in the performance of this contract. The Contractor shall furnish an annual report to the COR containing the amount of pesticides used during the fiscal year to include the amounts of fungicides, insecticides, herbicides, and rodenticides as well as the total amount of funds spent on the contract during the fiscal year. This report is due within 1 month of the end of the fiscal year. 11. RECORDS MANAGEMENT REQUIREMENTS: The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by November 23, 2022 at 12:00 PM EST time. Responses to this notice shall be submitted via email to Rosangela.Pereira@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 561710 and a small size standard of $12 Million.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14b63afe78d34ab9a6387b8b6044dd48/view)
- Place of Performance
- Address: 830 Chalkstone Avenue, Providence 02908, USA
- Zip Code: 02908
- Country: USA
- Zip Code: 02908
- Record
- SN06521511-F 20221119/221117230110 (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 |