Virginia Bids > Bid Detail

F105--Pest Control Service - Stand Alone Contract

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159952228718685
Posted Date: Apr 13, 2024
Due Date: Apr 29, 2024
Solicitation No: 36C26224Q0921
Source: https://sam.gov/opp/ae8b978453...
Follow
F105--Pest Control Service - Stand Alone Contract
Active
Contract Opportunity
Notice ID
36C26224Q0921
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Apr 12, 2024 05:31 pm PDT
  • Original Published Date: Apr 12, 2024 04:59 pm PDT
  • Updated Date Offers Due: Apr 29, 2024 04:00 pm PDT
  • Original Date Offers Due: Apr 29, 2024 04:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 14, 2024
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: F105 - ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT
  • NAICS Code:
    • 561710 - Exterminating and Pest Control Services
  • Place of Performance:
    Greater Los Angeles VA Medical Health Center Los Angeles , 90073
    USA
Description
This amendment is to correct the grammatic and formatting errors of the original solicitation.
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.

This solicitation is set-aside for SDVOSB Set-Aside.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561710, with a small business size standard of $17.5 Million.
The FSC/PSC is F105.

The VA Greater Los Angele Health Care System (VAGLAHCS); West Los Angeles Medical Center (WLA VAMC), Sepulveda Ambulatory Care Center (SACC), Los Angeles Ambulatory Care Center ( LAACC), is seeking to purchase services for Pest Control.

All interested companies shall provide quotations for the following:

Supplies/Services

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Pest Control Services for VAGLAHS
12
MO
0002
Pest Control Services for VA Sepulveda Ambulatory Care Center
12
MO
0003
Pest Control Services for VA Los Angeles Ambulatory Care Center
12
MO
0004
Termite Fumigation IAW the SOW
*The quantity for this line item is estimated only and shall not exceed the total amount specified for this period.
12
MO

PERFORMANCE WORK STATEMENT:

Pest Control Services:
VAGLAHS is in a state of growth; as such, the contractor must be flexible enough to meet the changing demands and needs of VAGLAHS.

The contractor shall perform pest control/management services to indoor and outdoor facilities including applications of pesticides, trapping and/or removal of pests at WLA, SACC and LAACC campuses.

The contractor shall provide a minimum number of onsite pest controllers during normal hours of operation including urgent / emergency service calls to manage the not only the Integrated Pest Management Program (IPMP), but also routine calls at WLA, SACC and LAACC campuses. The minimum number of personnel are: WLA (at least 3); SACC (1); LAACC (.5 and/or as needed). NOTE: Contractor personnel must be on grounds at all times during normal work hours; contractor will ensure that the minimum number is on grounds.

The contractor shall furnish, install and maintain adequate number of fly lights in all occupied buildings for flying insect control. Current Estimated number of fly lights is: WLA (160); SACC (60); LAACC (25). Installed fly lights shall be removed by the contractor at the end of the term of contract.

The contractor shall install netting/repair and other preventative measures necessary to prevent birds and other rodents from gaining access inside the main hospital s (Building 500) stairwells and inner courtyards on 3rd 6th floors. Netting must be maintained at least annually to ensure its purpose is served.

The Contractor shall follow the VAGLAHS Integrated Pest Management Plan (IPMP); provide all information for the plan including schedules. COR will provide templates for integration of contractor s schedules in the IPMP.

The contractor shall control/manage and eliminate all pests to include, but not limited to:

General household nuisance pests (i.e. bed bugs, bees, bee hive removal, wasp, etc.)

Structural pests (i.e. termites, powder post beetles, carpenter ants, wood decay fungi, etc.)

Weed control

Stored food pests

Health related pest (i.e. mosquitoes, house flies, filth flies, biting gnats, bed bugs, rodents, etc.)

Pest of ornamental plants

Wood product pests

Miscellaneous pest (i.e. gophers, squirrels, skunks, bats, cats, dogs, raccoons, birds/bird nests, snakes, coyotes etc.)

The contractor shall perform removal/relocation of live or dead animals off VA grounds as required and shall include, but not limited to site clean-up/removal disposal of all debris, den, nest, carcass, waste/fecal matter and/or state permits licenses required.
The contractor shall furnish pest control services in controlling and eliminating rodents without causing accidents or harm involving humans, and to protected species.

The contractor shall obtain all information necessary to ensure contractor personnel can work on VA grounds to perform services specified herein from service POC to be provided upon award.

The contractor shall also provide annual termite inspection on every building. If termites are confirmed to be present by a pest controller, then the contractor shall immediately provide the necessary treatment.
The contractor shall provide all necessary labor, equipment, materials, supplies and consumables as follows:
Provide adequate number of exterior bait boxes for rodent control at all buildings.
Provide adequate measures (including but not limited to netting) to prevent birds from entering/nesting in the stairwells and inner courtyards.
Provide adequate measures to ensure the stairwells and inner courtyards are cleaned periodically from rodent, birds and pests waste/fecal matter.
Provide pest control treatment for government vehicles when required i.e., ants, roaches, bees, wasp, or bedbugs.
Perform gopher control services.

Hours of Operation:
The contractor shall perform services in accordance with the schedule specified below. These hours of operation are established due to its daily continuous pest problems and the complexity of the medical centers. Required pest control services shall be provided from 6:00 AM to 4:30 PM, Monday thru Friday except on Federal holidays. Contractor shall respond to daily service calls during working hours within 30 minutes while on campus. VAGLAHS cannot have delays in any pest control services including, but not limited to dead animal removal, rodent control, been control, cockroach control, etc. as these pests have an adverse impact on the environment, patients and staff.
Reporting Requirements
Contractor shall contact the COR at least 24 hours before each date of planned service activity for coordination of location and extent of work to be performed. The Contractor shall sign in and out with the COR or his/her designee upon entering and departing each VA facility.
Contractor shall be responsible for maintaining daily pest control service call logs. Log records shall be turned in weekly to COR or designee at each facility.

Compliance Requirements:

Materials and methods in eliminating and controlling rodents shall conform to federal, state and local regulations and specifically be approved by the U.S. Department of Fish and Wildlife, California State Department of Fish and Game, respective County Department of Agriculture, and the respective Department of Veterans Affairs Foreman. Administration relative to rodent control includes provisions of all essential labor, supplies and equipment needed for accomplishment of the requested services, and includes administrative support necessary to provide invoices, evaluation reports covering the status of any problems, and any other information pertinent to execution of rodent and insect control services.

Contractor shall provide Certified Pest Control Technicians and be licensed, permitted, and in compliance with city ordinances and municipal codes regarding transport and use of rodent control equipment and all chemicals. Additionally, the Contractor shall comply with Federal/State and or mandated application requirements on the type of chemicals used and applied for pest and of rodent control used to ensure the protection of human life and endanger/protected species. Certified Pest Control License will be the state of licensure will be California. California Wildlife trappers license will also be required for the performance of this contract.

Emergency Services:
Due to the size and complexity of VAGLAHS, situations arise in which pest control services are needed outside normal working hours. The Contractor shall provide urgent / emergency services on an as-needed basis at no additional cost to the Government. These services shall be provided as often as required on a 24-hour basis, weekends, and legal holidays included. The Contractor shall be capable of responding (be onsite) to an emergency situation within two (2) hours after notification from the Contracting Officer (CO), COR or Chief of EMS and/or their designee. Failure to provide this service is considered a contract default and may result in the termination of the contract.
CHANGES:
The contractor is advised that only the Contracting Officer (CO), acting within the scope of the contract, has the authority to make changes which may affect the contract terms and conditions, quality, quantity, price and/or delivery. It is highly encouraged and advised that the contractor contact the CO for approval in the event there are changes prior to proceeding. No other individual has the authority to make these binding changes and/or comments.
APPLICABLE DOCUMENTS, STANDARDS, LAWS AND/OR REGULATIONS:

Contractor is solely responsible for meeting any current or future requirements, approvals or certifications as may be levied by applicable legal, regulatory, accrediting body, governing body, and/or local, state, federal requirements as required by law. Due to continuous regulatory changes in both state and federal laws, the contractor shall be in compliance of new regulations within thirty
(30) calendar days of notification.
NATIONAL HOLIDAYS OBSERVED BY THE GOVERNMENT:

New Year s Day January 1st
Martin Luther King s Birthday 3rd Monday in January
President s Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth June 19th
Independence Day July 4th
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veteran s Day November 11th
Thanksgiving Day Last Thursday in November
Christmas Day December 25th
When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies.
CONTRACTOR DELIVERY PERSONNEL:
All contractor personnel are required to wear clothing bearing the name of the Contractor and wear a badge that has the Contractor name. Contractor personnel must have a picture I.D. and must be able to communicate in English.
X. PARKING AND SPEED LIMIT:

Park only in areas designated as directed by Police and Security Service personnel. The Contractor shall display on each of its vehicles the company name in a size that is clearly visible. The Contractor shall conform to the speed limit set at each Government facility. Should Contractor personnel receive a citation for parking, speeding or other infraction from VA Security, the offenses will be handled in Federal Court as they are Federal offenses.

The 36C26224Q0921 period of performance is as follows:
Base: 7/01/2024 6/30/2025
Delivery
Address:
West Los Angeles Medical Center (WLA) Multiple Buildings
11301 Wilshire Blvd.
Los Angeles, CA
Postal Code:
90073
Country:
UNITED STATES

Address:
Sepulveda Ambulatory Care Center (SACC) Multiple buildings
16111 North Plummer Street
North Hills, CA
Postal Code:
91343
Country:
UNITED STATES

Address:
Los Angeles Ambulatory Care Center (LAACC) one (1) Building
351 East Temple Street
Los Angeles, CA
Postal Code:
90012
Country:
UNITED STATES
he full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023)
FAR 52.212-2 Evaluation Commercial Products and Commercial Service (NOV 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (FEB 2024)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (FEB 2024)
VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business (NOV 2022)

VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022)

VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018).
This is accomplished through the Tungsten Network located at:
http://www.fsc.va.gov/einvoice.asp This is mandatory and the sole method for submitting invoices.
The following subparagraphs of FAR 52.212-5 are applicable: (b)(2), (3), (5), (6), (7), (12), (18), (20), (21), (22), (23), (25), (30), (31), (32), (33), (34), (35), (36), (38), (39), (40), (62), (64), (c)(1), (3), (4).
Service Contract Act Wage Determination #: 2015-5613 Rev.25 Dated 12/26/2023.
All quoters shall submit the following: As described in FAR 52.212-1 Addendum.
All quotes shall be sent to the contract specialist Marco Ramos at marco.ramos1@va.gov
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following are the decision factors: Pricing, past performance, with price more important.
Past performance will be based on CPARS and FAPIIS ratings. No rating in CPARS is equal to a neutral rating.
Submissions shall include your quote using the attached schedule as well as a capabilities statement with qualifications proving all certifications and education required for the work being conducted in the SOW, as this is highly regulated. Submissions not meeting all requirements of the SOW will be considered ineligible for award.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of questions shall be received not later than April 19, 2024, 1600 PST to marco.ramos1@va.gov please reference RFQ number 36C26224Q0921.
Submission of your response shall be received not later than April 29, 2024, 1600 PST to marco.ramos1@va.gov please reference RFQ number 36C26224Q0921.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Contract Specialist
Marco Ramos
Marco.ramos1@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >