Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2024 SAM #8122
SOURCES SOUGHT

S -- Kernersville HCC Bed Bug Contract (VA-24-00050060)

Notice Date
2/20/2024 11:55:51 AM
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q0474
 
Response Due
2/27/2024 1:30:00 PM
 
Archive Date
03/18/2024
 
Point of Contact
Monique Cordero, Contract Specialist, Phone: 757-251-4254
 
E-Mail Address
monique.cordero@va.gov
(monique.cordero@va.gov)
 
Awardee
null
 
Description
Page 7 of 7 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24624Q0474 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, the Government reserves the right to revise the Performance Work Statement, Statement of Work and/or other contract requirements before the release of any associated solicitation. This notice is not a Request for Proposals (RFP) or Request for Quotes (RFQ). Information provided in this notice is subject to change prior to release of a solicitation. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for pest control for bed bugs at the Kernersville VA Clinic in Kernersville, NC 27284. Forward all questions to the Contracting Officer identified below. SCOPE OF WORK The Kernersville VA Clinic, Kernersville, North Carolina, has a need of services for pest control services for beg bugs. The period of performance will be from March 8, 2024, through March 09, 2025, and the anticipated contract may include option years. Services would include the following: SCOPE The Contractor shall furnish/provide all labor, management, licenses, laboratory testing, tools, supplies, equipment, materials, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the interior and exterior of all buildings to eliminate and remove bed bugs at the Kernersville VA Clinic located at 1695 Kernersville Medical Pkwy, Kernersville, NC 27284 in a manner that ensures the health and general well-being of patients, staff, and visitors and in accordance with all terms and conditions of this soliciation. All infestations will be addressed until complete elimination of bed bugs. SERVICES: The Contractor shall furnish/provide all labor, management, licenses, laboratory testing, tools, supplies, equipment, materials, transportation and labor to develop and implement an Integrated Pest Management (IPM) plan for the elimination and treatment of bed bugs. SPECIFICATION OF SERVICES TO BE PROVICED: The Contractor shall conform to all federal, state, and local regulations governing examining and licensing of pest control operations, 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 Contractor shall perform inspection of any areas identified as inhabited or infested by bed bugs once notified by the facility. The Contractor shall provide treatment for bed bug infestation until bed bugs have been eliminated from treatment rooms, floors, and/or any Government vehicles used for patient care or patient transportation. The VA staff shall tap off treatment area while contractor is in route. Contractor only performs treatments once the areas are clear of patients and staff. The Contractor must be able to travel to the Kernersville HHC for bed bug treatment to include treatment rooms and Government vehicles for patient care/transport. The Contractor shall be available to respond to phone calls for treatment within 24 hours and be available to provide same day services as needed. The Contractor shall be available for services during normal VA business hours Monday through Saturday from 7:00am-6:00pm. The Contractor shall use appropriate chemical agents to properly exterminate bed bugs within a medical facility. If there are specialty areas that cannot be sprayed or treated due to the change to FICAM or other odorless pesticides of equal strength shall be used. The Contractor shall notify the facility point of contact in a timely manner if there are any issues, problems, or concerns. The Contractor shall check with the Contracting Officer Representative (COR), Executive Administrative Officer (Exec AO), or designee if the Executive AO is not available upon arrival and completion of reported rooms and/or government vehicles. INSPECTION OF PREMISES & INFORMATION: Bidders should inspect the premises prior to submitting bids in order to be fully aware of the scope of services required. Failure to attend the Site Visit and inspect the premises prior to submitting a bid shall not relieve the successful bidder from performing the required services requested in accordance with the Statement of Work under the Specification of Services to be Performed. Bidders should plan to inspect the premises during the Site Visit. scheduled for (date) (time) Prospective bidders shall contact the facility Point of Contract BJ Farmer, at (336) 515- 5000, ext. 21446, for a scheduled tour of the premises. The Contractor/ Prospective Bidder shall adhere to the principles contained in the Program Guide 1850.2 Integrated Pest Management (IPM) , which contains guidelines and VHA policy requirements. Site Visit Information Date: TBD Time: TBD Location: Kernersville HCC, 1695 Kernersville Medical Parkway, Kernersville, NC 27284 Point of Contact: BJ Farmer, Executive Administrative Officer POC email: betty.farmer@va.gov POC number: 336-515-5000 ext. 21446 Facility POC is only to be contracted in reference to the Site Visit only. LOCATIONS OF SERVICES PROVIDED: The Contractor shall provide service to the following list of buildings and functions that need to be performed. LISTING OF AREAS OR BUILDINGS TO BE SERVICED & SERVICE Area/Building Operational Area Area Total Sq. Footage Services to be performed 1 building on site Anywhere in the facility Treatment of bed bugs only Any government vehicle in parking lot Entire interior of vehicle Treatment of bed bugs only B.4 SPECIAL CONTRACT REQUIREMENTS 1.0 KEY PERSONNEL Key personnel will be identified in the proposal and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted or replace from the work without prior written approval of the Contracting Officer for approval at least thirty (30) business days in advance. 2.0 WORK HOURS: The Contractor shall provide services during the Normal Work Hours outlined in this section. The service schedule will be developed between the contractor and Contractor s Technical Representative (COTR) prior to any service being performed. The services covered by this contract shall be furnished by the Contractor as defined herein. The Contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday. The VAMC Work Hours are Monday through Saturday from 07:00am to 06:00pm. The National Holidays that are holidays observed by the Federal Government are as follows: New Year s Day January 1 Martin Luther King Jr. s Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Or any other day specifically declared by the President of the United States of America to be a Federal Holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. 3.0 CALL BACKS: EMERGENCY CALL BACK: The Contractor shall within four ( 4) hours 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. 1.a Contractor shall be called for emergent bed bug treatments only. NON-EMERGENT CALLS: Contractor shall report within mutually agreed upon time with COTR for non-scheduled services without additional charge to the Government. 4.0 REPORTING FOR SCHEDULED SERVICES: Contractor shall report to facility s property mgmt. team on back dock office or contact Exec AO/ COR when arrival on station on scheduled days for any instructions for location of infestation, as an Angus ticket was placed in the system by the dept. They will submit a written report of all activities following each visit, with the signature of the COTR or designee responsible. 5.0 QUALITY ASSURANCE: The Contractor shall ensure that when providing services to the designated building and areas of treatment that the following quality assurance is meet for all bed bug services requested by the Kernersville HCC (see Performance Table below). Performance Objective Performance Threshold All emergency complaints will be addressed and corrected within (timeframe specified above). Non-emergent complaints will be addressed and corrected within (timeframe specified above). Failure to meet prescribed timeframes shall not exceed three (3) times per month and five (5) times per quarter. 6.0 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 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 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 COTR 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 Material Safety Data Sheet (MSDS). The Contractor shall supply this information as new products are submitted for approval to the COTR. 7.0 INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at any time 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 COTR 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 COTR or designee. 8.0 PERSONNEL POLICY: The contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel: workers compensation professional liability insurance health examinations income tax withholding, and social security payments. The parties agree that the contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. 9.0 CONTRACT PERFORMANCE MONITORING: The Contracting Officer s Technical Representative (COTR), appointed in writing, will be responsible for monitoring contractor s performance. The COTR will be responsible for monitoring the contractor's performance to ensure all specifications and requirements are fulfilled. Any evidence of the Contractor's non-compliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COTR will furnish a statement in writing to the Contracting Officer at close out of the contract to include a summary of contractor actions and a statement that all requirements of the contract were fulfilled as agreed. A summary evaluation of contractor performance, based upon the compliance of contract requirements as evidenced in the monitoring procedures shall be forwarded by the monitoring official to the Contracting Officer prior to exercising any options to extend the contract. 10.0 PAYMENT: The contractor shall submit invoices monthly in arrears covering the services performed under this contract. The invoices shall include at a minimum the following information: Date of invoice Contract Number Purchase Order Number Vendor Name Invoice Number CLIN or Line Items Date of Service All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. The Contractor shall submit payment requests in electronic form via the VA s Electronic Invoice Presentment & Payment System at http://www.fsc.va.gov/eincoice.asp . 11.0 TORT CLAIMS: The Contractor employees are not covered by the Federal Tort Claims Act. When a contractor's employee has been identified as a provider in a tort claim, the Contractor employee is responsible for notifying the contractor's legal counsel and/or insurance carrier. Any settlement or judgment arising from a contractor employee's action or non-action is the responsibility of the contractor and/or insurance carrier. 12.0 USE OF VA FACILITIES: All services will be performed at the Kernersville HCC in the locations listed Section 3, Locations of Services. 13.0 CONTRACT ADMINISTRATION DATA: The contracting officer is the only person authorized to approve changes or modify any of the requirements under this contract. The contractor shall communicate with the contracting officer on all matters pertaining to contract administration. Only the contracting officer is authorized to make commitments or issue changes which will affect price, quantity or quality of performance of this contract. In the event the contractor effects any such change at the direction of any person other than the contracting officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. 14.0 MANAGEMENT, SUPERVISION AND TRAINING: The contracted agency shall have written policies and procedures regarding staff credentials. Contracted agency shall complete background investigations to insure that employees do not have a record of criminal offenses or substantiated incidents of patient abuse; and, if required to perform their duties, employees are properly licensed and insured to operate motor vehicles. 15.0 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996 (HIPAA) Contractors and any subcontractors must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPPA) of 1996. This includes both the Privacy and Security Rules published by the Department of Health and Human Services (HHS). As required by HIPPA, HHS has promulgated rules governing the use and disclosure of protected health information by covered entities. The covered entity component of the Department of Veterans Affairs is the Veterans Health Administration Business Associate Agreement (BAA) with the VHA. Business associates must follow VHA privacy policies and practices. All contractor and business associates must receive privacy training annually. For contractors and business associates who do not have access to VHA computer systems, this requirement is met by completing VHA National Privacy Policy training, other VHA approved privacy training or contractor furnished training that meets the requirements of the HHS Standards for Privacy of Individually Identifiable Health Information as determined by VHA. For contractors and business associates who are granted access to the VHA computer systems, this requirement is met by completing VHA National Privacy Policy training or other VHA approved privacy training. Proof of training is required. In accordance with 45 CFR 164.502(e), the Privacy Rule includes exceptions to the Business Associate standard. This contract and its requirements meet the following exception and does not require a Business Associate agreement in order for Covered Entity to disclose Protected Health Information to a health care provider for treatment. Based on this exception, a Business Associate agreement is not required for this contract. 16.0 CONTRACTING WITH PARTIES LISTED ON THE OIG LIST OF EXCLUDED INDIVIDUALS/ENTITIES: In accordance with The Health Insurance Portability and Accountability Act (HIPAA) and the Balanced Budget Act (BBA) of 1977, the Office of Inspector General has established a list of parties and entities excluded from Federal health care programs. Specifically, the listed parties and entities may not receive Federal Health Care program payments due to fraud and/or abuse of the Medicare and Medicaid programs. Therefore, all offerors shall review the OIG List of Excluded Individuals/Entities on the OIG web site at www.hhs.gov/oig to ensure that the proposed candidate(s) and/or firm(s) are not listed. Offerors should note that any excluded individual or entity that submits a claim for reimbursement to a Federal health care program, or causes such a claim to be submitted, may be subject to a Civil Monetary Penalty (CMP) of $10,000 for each item or service furnished during a period that the person or entity was excluded and may also be subject to treble damages for the amount claimed for each item or service. CMP s may also be imposed against health care providers and entities that employ or enter into contracts with excluded individuals or entities to provide items or services to Federal program beneficiaries. By signing the offer/bid, the Contractor certifies that he/she has reviewed the OIG List of Excluded Individuals/Entities and that the proposed candidate(s) and/or firm is not listed as of the date the offer/bid was signed. 17.0 DESIGNATION OF CONTRACTING OFFICER S TECHNICAL REPRESENTATIVE The Kernersville HCC, 1695 Kernersville Medical Pkwy, Kernersville, NC 27284, Medical Center representative of the Contracting Officer shall be designated to represent the Contracting Officer in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice or information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested and is the sole responsibility of the Contracting Officer. The COR for this contract will be: Betty (BJ) Farmer Contracting Officer s Representative Executive Administration 1695 Kernersville Medical Pkwy Kernersville, NC 27284 910-488-2120 x 5880
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c05815f10bf47189e5e49efcba56d77/view)
 
Place of Performance
Address: 1695 Kernersville Medical Pkwy, Kernersville 27284
Zip Code: 27284
 
Record
SN06971219-F 20240222/240220230048 (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.