Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2023 SAM #7829
SOURCES SOUGHT

S -- Pest Control Services sources sought

Notice Date
5/3/2023 1:38:03 PM
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0562
 
Response Due
5/15/2023 4:30:00 PM
 
Archive Date
05/30/2023
 
Point of Contact
Nick Price, Contracting Officer, Phone: not listed
 
E-Mail Address
Nicholas.Price@va.gov
(Nicholas.Price@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 20 (NCO 20) is conducting a market survey and is seeking potential sources for an Pest Control Services .This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.     Responses shall be submitted to Nick Price at Nicholas.Price@va.gov by COB 05/15/2023 SUBJECT: RFI 36C26023Q0562 Pest Control   This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item.    Interested companies shall provide, at a minimum, the following information with their response;     Company Name and Address:  Point of Contact (POC)  Name:  Email Address:  Phone Number:  DUNS Number/UNIQUE SAM ID:  Brochures of their offered equipment.   The anticipated North American Industry Classification System (NAICS) code is 561710 . Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program:     [ ] yes [ ] no - Small Business (SB)    [ ] yes [ ] no - HUBZone    [ ] yes [ ] no - Small Business 8(a)    [ ] yes [ ] no - Small Disadvantaged Business (SDB)    [ ] yes [ ] no - Women-Owned (WO) Small Business   [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB)   [ ] yes [ ] no - Veteran Owned Small Business (VOSB)  [ ] yes [ ] no - Large Business    [ ] yes [ ] no - Other (please specify)      Please answer the following questions:    [  ] yes [  ] no Is a small business under; (for NAICS 561710) must be verifiable thru the System for Award Management)    [  ] yes [  ] no Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;     [  ] yes [  ] no Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and     [  ] yes [  ] no Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406.    Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.    In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request.     Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. 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 particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.  Statement of work A. GENERAL: The contractor shall provide all management, requested reports, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the Jonathan M. Wainwright Memorial Veterans Affairs Medical Facility, located at 77 Wainwright Drive, Walla Walla, Washington 99362 in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until nuisance pests are controlled. Exceptions include bed bugs and gophers, which will be billed separately as requested. LOCATIONS OF SERVICES PROVIDED: See Attachment; LIST OF AREA/BUILDINGS TO BE SERVICED - Walla Walla VAMC by Building. Request bid items for: Walla Walla VAMC buildings. WORK HOURS: 1. Normal Work Hours: The service schedule will be developed between the contractor and Contractor s Representative (COR) prior to any service being performed. 2. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. SPECIFICATIONS: 1. 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. The IPM plan requires approval by the COR prior to implementation. Contractors IPM plan requires but is not limited to the following tasks: Inspect to determine pest management measures are appropriate and required. Recommend and communicate to the COR 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, which eliminate, exclude or repel pests. Selection and use of the most environmentally sound pesticide(s) to affect control when chemical control methods are necessary. Control general structural arthropod pests (cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, etc.). Control flying insect pests (wasps, bees, flies, etc.). Control predatory pests (lice, fleas, mites, ticks, bees, wasps, mosquitoes, etc.) Control stored product pests (saw tooth grain beetle, red confused flour beetle, trogderma beetles, grain moths etc.) Control mice and rats (house mouse, field mouse, roof rats, Norway rats.) Control pest birds upon request and separate expense (pigeons, sparrows, blackbirds) Control other vertebrate pests upon request and separate expense (dogs, cats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons). Control wood destroying organisms upon request and separate expense (subterranean termites, dry wood termites, fungi, wood boring beetles,). Control aquatic pests and separate expense (mosquito larva/pupae, algae). NOTE: Fumigation treatments may require separate scheduling as approved by COR for the convenience of the facility. D. CALL BACKS: EMERGENCY CALL BACK: The Contractor shall after receipt of notification by the Contracting Officer or his/her designee, perform Integrated Pest Management (IPM) Services to correct the emergent condition. This call back service shall be accomplished at no additional charge to the Government, unless within a 72-hour window of the last treatment of the area and/or after 5 pm and before 9 am. NON-EMERGENT CALLS: Contractor shall report within mutually agreed upon time with COR for non-scheduled services without additional charge to the Government, as part of the normal service schedule. E. REPORTING FOR SCHEDULED SERVICES: Contractor shall report to Building 68, Room # B102F, Housekeeping Supervisor s Office, on scheduled days for any instructions for location of infestation, as called in by Environment Management Services (EMS). They will submit a written report of all activities following each visit, with the signature of the COR or designee responsible. F. SAFETY FACTORS: All rodenticides or traps shall be placed only at times and in the areas approved by the COR or his/her designee. 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. STORAGE OF PEST CONTROL MATERIALS: Storage of pest control materials or equipment are prohibited without the written approval of the COR. QUALITY ASSURANCE: Performance Objective Performance Threshold All emergency complaints will be addressed and corrected within 24 hours. Non-emergent complaints will be addressed and corrected as part of the scheduled workplan. Failure to meet prescribed timeframes shall not exceed here (3) times monthly. I. Required Contractor Reporting After each service (scheduled or non-scheduled) contractor personnel will submit documentation including 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/time of application. The brand name of the pesticide applied, if not previously coordinated. 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 is 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 will furnish the COR s office, prior to initial application the trade names (if any) and the chemical names of all approved pesticides/chemicals along with appropriate antidote information and current Safety Data Sheet (SDS). The Contractor shall supply this information as new products are submitted for approval to the COR. J. CONTRACTOR PERSONNEL BADGES AND PARKING: 1. The contractor shall provide the COR with a list of contractor employees expected to enter the buildings to pick up confidential documents. 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. 2. A Personal Identification Verification (PIV) card, will be given to the contractor s employee(s) upon entrance into VA facilities, using Contractor badges as a backup option. The contractor employee must safeguard either PIV card, or Contractor badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their PIV Card or Contractor badges. either PIV card, or Contractor badge must be worn at or above the waist (facing forward). The contractor s employees must return the either PIV card, or Contractor badge to the COR or designee at the end of each pick up process. 3. The contractor shall be required to comply with all security policies/requirements of the VA Medical Center. 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. 4. 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. 5. The Jonathan M. Wainwright Memorial VA Medical Center, does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. K. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility 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. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. ATTACHMENT LIST OF AREA/BUILDINGS TO BE SERVICED Walla Walla VAMC by Building Walla Walla VAMC Buildings Building Gross SQFT 1 3,554 48 3,740 49 2,282 63 2,005 65 4,687 66 6,976 68 30,055 69 35,217 74 21,558 75 5,081 77 3,239 78 8,110 80 8,425 81 5,047 82 1,506 86 37,570 135 2,319 140 19,729 143 59,488 145 66,000 T1 1,204 T2 2,061 T7 9,730 T9 1,325 T10 5,598 Covered Walkway 13,530 Vehicles x 5 Dimensions per Vehicle (inches) Make: Vantage Model: LIV9DX 2 passenger Cab Truck (168.5x61.4x72.8)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c4c0c64b4ff4c10ae8d1f8abcf0e393/view)
 
Place of Performance
Address: Department of Veterans Affairs Walla Walla VA medical Center 77 Wainwright Dr, Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN06671175-F 20230505/230503230119 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.