Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

S -- Bed Bug Treatment Services

Notice Date
6/29/2020 5:30:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0812
 
Response Due
7/3/2020 2:00:00 PM
 
Archive Date
08/02/2020
 
Point of Contact
Gary Small, GARY.SMALL@VA.GOV, Phone: 216-447-8300
 
E-Mail Address
gary.small@va.gov
(gary.small@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 36C25020Q0812 Gary D Small 216-447-8300 49505 07-03-2020 17:00 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 6150 Oak Tree Blvd., Suite 300 Independence OH 44131 X 561710 $12 Million N/A X 36C541 Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Blvd Cleveland OH 44106 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 6150 Oak Tree Blvd., Suite 300 Independence OH 44131 To be determined 36C250 Department of Veterans Affairs Financial Services Center Invoices to be Submitted Electronically www.ob10.com/us/en/veterans-affairs// e-Invoice Setup Info Phone 877-489-6135 TX 78714-9971 See CONTINUATION Page See schedule and Statement of Work for additional information. The Louis Stokes Cleveland VA Medical contract for Bed Bug treatment services for Wade Park and associated healthcare treatment facilities. Base Year 12 months from date of award Option Year 1 12 months from date of exercising Option Year 2 12 months from date of exercising Option Year 3 12 months from date of exercising Option Year 4 12 months from date of exercising See CONTINUATION Page X X Gary D Small Contracting Officer 36C25020Q0812 Page 1 of Page 2 of 4 Page 1 of Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 COMBINED SYNOPSIS/SOLICITATION 4 B.3 STATEMENT OR WORK 36C25020Q0812 Page 1 of Page 4 of 4 Page 1 of SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: To be determined. b. GOVERNMENT: Contracting Officer 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 6150 Oak Tree Blvd., Suite 300 Independence OH 44131 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X in arrears] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center Invoices to be Submitted Electronically www.ob10.com/us/en/veterans-affairs// e-Invoice Setup Info Phone 877-489-6135 TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 PRICE/COST SCHEDULE/DELIVERY SCHDULE This is a solicitation for Bed and Bug treatment Services for the Louis Stokes Cleveland VA Medical Center and satellite locations. Due to its special nature, all potential vendors are encouraged to visit the Medical Center and all other sites prior to submitting their proposals, to ensure proper bidding proposals. All questions and answers provided to one vendor will be shared with all other vendors to ensure fairness of the process for all. This procurement will be awarded based on best value to the government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12 and 13 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25020Q0812 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. This procurement is set-aside for Service Disabled/Veteran Owned Small Business and only qualified Offerors may submit bids. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 561710 Exterminating and Pest Control business size standard is 1,250 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE when submitting their offer AND if the item is on: FSS/GSA schedule awarded to the Offeror include the schedule information on your offer. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-2 Evaluation Commercial Items (Lowest Price Technically Acceptable), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99, and 52.204-4. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 12. Offers will be evaluate using the Lowest price technically Acceptable (LPTA). The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside. 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least two year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards B.2 STATEMENT OF WORK GENERAL: The Contractor shall provide all supplies, materials, equipment, labor, supervision, management and transportation to perform all tasks as identified below and in the Task and Frequency Schedule. All work is to be performed in accordance with the guidelines established by Federal, State and local ordinances and with the contractor s Procedures Manual and Quality Control Manual. The Contractor shall provide complete Bed and Bug Treatments for buildings and on all grounds as identified. The following locations are in need of Bed and Bug treatment services including wall cracks, torn wallpaper, mattress seams and drawers, back of wall hangings, chairs and headboards. Service is needed on as needed basis (includes regular business hours, after work hours and weekends) at the following locations: B.2.1. LISTING OF BUILDINGS AND/OR AREAS TO BE SERVICED: 1. WADE PARK DIVISION Cleveland VA Medical Center 10701 East Boulevard Cleveland, Ohio 44106 Hours of Operation: Open 24 Hours 2. LEARNING EXCHANGE- Cleveland VA Medical Center 10701 East Boulevard Cleveland, Ohio 44106 3. Veterans Transitional Residence Program- 9401 Lorain Avenue Cleveland OH 44102 4. Akron Multi-Specialty Outpatient Clinic, 55 West Waterloo Road Akron, Ohio 44319 5. Akron Multispecialty Outpatient Clinic Annex 95 West Waterloo Road Akron, Ohio 44319 6. Canton Multi-Specialty Outpatient Clinic, 733 Market Avenue South Canton, Ohio 44702 7. East Liverpool/Calcutta Multi-Specialty Outpatient Clinic, Ogilvie Square, 15655 State Route 170, Suite A Calcutta, Ohio 43920 8. McCafferty Multi-Specialty Outpatient Clinic, 4242 Lorain Avenue Cleveland, Ohio 44113 9. Lorain Multi-Specialty Outpatient Clinic, 205 W.20th Street Lorain, Ohio 44052 10. Mansfield Multi-Specialty Outpatient Clinic 1025 South Trimble Road Mansfield, Ohio 44906 11. New Philadelphia Multi-Specialty Outpatient Clinic, 1260 Monroe Avenue, Suite 1A New Philadelphia, Ohio 44663 12. Painesville Multi-Specialty Outpatient Clinic 7 West Jackson Street Painesville, Ohio 44077 13. Painesville Annex CBOC 54 South State Street Painesville, Ohio 44077 14. Ravenna Multi-Specialty Outpatient Clinic 6751 North Chestnut Street Ravenna, Ohio 44266 15. Warren Multi-Specialty Outpatient Clinic 3416 Todd Avenue North West Warren, Ohio 44485 16. Sandusky Multi-Specialty Outpatient Clinic 3416 Columbus Avenue 4th Floor Sandusky, Ohio 44870 17. Youngstown Multi-Specialty Outpatient Clinic 2031 Belmont Avenue Youngstown, Ohio 44505 18. Parma Multi-Specialty Outpatient Clinic 8787 Brookpark road Parma, Ohio 44129 19. Dialysis Center 7000 Euclid Avenue Cleveland, Ohio 44102 20. Cleveland CRRC 7000 Euclid Avenue Cleveland, Ohio 44102 21. Outpatient Surgery Center 8900 Superior Avenue Cleveland, Ohio 44102 22. Akron CRRC 111 East Voris St. Akron, Ohio 44311 23. Fisher House One and Two 10521 Lee Ave Cleveland, Ohio 44106 B.2.2. STANDARDS: All Bed and Bug Treatments tasks shall be accomplished to meet the guidelines shown in National Pest Control Association s good practice statements. TASKS: Bed and Bug Treatment Services required of the Contractor are as follows: *a. Inspection to determine bug presence and recommend treatment as appropriate. *b. Recommendations in writing for environmental sanitation practices that restrict or eliminate food, water or harborage for pests. *c. Selection and use of the most environmentally sound pesticide(s) to effect control when chemical methods are necessary. *d. Evaluation of control measures through follow-up inspections. B.2.3. SPECIAL PROVISIONS: The following provisions should be adhered to by the Contractor personnel in performing pesticide applications of the areas specified below: a. Food Handling Areas - Treatment of these areas is limited to only time when food is not being processed, prepared or served. The contractor or his/her designee should walk (at least once a week, and if called for services in as needed bases), inspect and generate a written report to the Environmental Management services office after each visit. b. Elevators - Contractor personnel will not enter facility elevators which are occupied by food service equipment while having in their possession pesticides or application equipment. c. Patient Occupied Areas - Contractor personnel should utilize pesticides with as low volatility and as odor free as possible in order to avoid odor levels affecting patients. This item is mandatory for inclusion on all Bed &Bug treatment services. Consists of all required control methods except fumigation, which may be required as a separate service in a contract negotiated by the local facility at the time of need. d. Critical Areas - The contractor should submit a list of pesticides for intended use in critical areas for approval by the Chief, Environmental Management Service prior to any application. The planned use of pesticides in these areas requires recognition of the attendant hazards to occupants, supplies, equipment and surfaces. No substitution should be made at any time without prior approval from the Chief, Environmental Management Service. The contractor or his/her designee should walk, inspect and generate a written report to the Environmental management services office after each visit. Critical Areas as determined by local medical facility should include: Pharmacy Research Facilities Operating Rooms Intensive Care Units Respiratory Care Units Sterile Processing Department e. Space Treatment - When required in these areas the ULV method of pesticide application should be utilized with approved equipment capable of delivering a particle size range of 0.5 to 15 microns. B.2.4. INTERFERENCE TO NORMAL FUNCTION: Contractor personnel are 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. B.2.5. DISPOSAL OF HAZARDOUS WASTE: The Contractor will not dispose of any excess pesticide, pesticide containers or any other materials contaminated by pesticides at any location on the medical facility premises except as authorized by the Chief, Environmental Management Service. B.2.6. STORAGE OF MATERIALS: No insect/pest control materials or equipment will be stored or kept at the VA Medical Center when the operator is not working, without the express approval of the Chief, Environmental Management Service. B.2.7. FREQUENCY SCHEDULE: The contractor will be called on as needed bases for all locations. Contractor is required to be on-site of the Cleveland VA Medical Center and all areas described above when performing work. All calls will be tracked in a log kept in the EMS office, and also in SOARD Maximo (Service Oriented Architecture Research and Development). The contractor shall perform all service calls on weekdays and weekends as needed. The contractor shall respond within 3 hours of receiving calls from 7:00 a.m. to 7:00p.m. the same day for the location listed in B.2.1. 1. (Wade Park Division- VA Medical Center), i.e. contractor shall service this location up until 10p.m. If a call is received after 7:00p.m., the contractor shall provide services at this location at 7:00a.m. the next day. Locations listed in B.2.1.2. through B.2.1.22. shall be serviced based on hours of operation. The contractor shall respond within 3 hours of receiving calls. If a call is received within three hours of the location closing time, the contractor will perform services at 8:00a.m. the next business day. Note: Due to unforeseen circumstances, only upon vendor s request, one additional hour will be allotted for service calls listed in B.2.1.1. through B.2.1.22. B.2.8. HOURS OF OPERATION: a. Normal business hours for locations listed in B.2.1.2. through B.2.1.22. are 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal Holidays. b. Please contact the Contract Officer Representative (COR) for closing times, extended/weekend and special hours of operations. c. Some contract tasks may require work to be performed after normal business hours and on the weekends. B.2.9. CALL BACK REQUIREMENT: a. Routine - The Contractor should complete all calls within 3 hours after receipt of notification by the Contracting Officer representative, and at no additional charge to the Government should be made for all previously treated areas when inadequate control (as per specifications) was obtained. Call timing will be kept on the EMS log, and begins once the call has been made to the vendor s representative office, and confirmation has been given. b. Emergency The contractor should within 2 hours after receipt of notification by the Contracting Officer or representative and at no additional charge to the Government, perform service to correct the emergent condition. B.2.10. REQUIRED CONTRACTOR REPORTING: a. Room BC-590 at the VA Wade Park Division. Upon signing in at the office a tentative itinerary for the tour of duty should be provided directly to the Chief or chief s representative at the Environmental Management Service office for approval. b. The Contractor personnel should complete and submit to the Chief Environmental Management Service or its representative, the medical facility Bed and Bug Treatment Operations Record. All Bed and Bug Treatments Services performed during the work tour should be documented in the EMS log as completed. c. 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. d. The Contractor should be required to furnish the VA, prior to initial application of pesticides, the trade names (if any) and chemical names of the chemicals proposed for use and a label showing the contents, the use strength of the chemical as applied and the antidote thereto. Contractor should furnish the same information each time he changes chemicals or products used in the performance of this contract. This information is required for emergency treatment in the event of ingestion and/or contact with the material by humans. e. The contractor is required to provide treatment for bed bugs on all the aforementioned locations on as needed bases and provide reports of work performed. B.3 PRICE SCHEDULE a. Price Schedule: The estimated combined inspections/treatments for the LSCVAMC and satellite locations (listed in B.2.1.) are 100 per month. At the end of the first year of the contract, the vendor, the contracting officer and the COR will sit down and asses the volume of calls and the distribution of calls based on the locations and make adjustment to the price if necessary. Base Year 10-1-2020 through 9-30-2021 Description of Estimated treatments Unit Price Service per month 0001 Bed Bug Inspections/Treatment (100) One Hundred Listed B.2 $_________________ 0002 Quarterly Preventative treatment Fisher House One and Two (4 treatments X 2 houses) (8 treatments) $__________________ Total Monthly Cost $__________________ Total Yearly Cost $__________________ Option Year One 10-1-2021 through 9-30-2022 Description of Estimated treatments Unit Price Service per month 1001 Bed Bug Inspections/Treatment (100) One Hundred Listed B.2 $_________________ 1001 Quarterly Preventative treatment Fisher House One and Two (4 treatments X 2 houses) (8 treatments) $__________________ Total Monthly Cost $__________________ Total Yearly Cost $__________________ Option Year Two 10-1-2022 through 9-30-2023 Description of Estimated treatments Unit Price Service per month 2001 Bed Bug Inspections/Treatment (100) One Hundred Listed B.2 $_________________ 2002 Quarterly Preventative treatment Fisher House One and Two (4 treatments X 2 houses) (8 treatments) $__________________ Total Monthly Cost $__________________ Total Yearly Cost $__________________ Option Year Three 10-1-2023 through 9-30-2024 Description of Estimated treatments Unit Price Service per month 3001 Bed Bug Inspections/Treatment (100) One Hundred Listed B.2 $_________________ 3002 Quarterly Preventative treatment Fisher House One and Two (4 treatments X 2 houses) (8 treatments) $__________________ Total Monthly Cost $__________________ Total Yearly Cost $__________________ Option Year Four 10-1-2024 through 9-30-2025 Description of Estimated treatments Unit Price Service per month 4001 Bed Bug Inspections/Treatment (100) One Hundred Listed B.2 $_________________ 4002 Quarterly Preventative treatment Fisher House One and Two (4 treatments X 2 houses) (8 treatments) $__________________ Total Monthly Cost $__________________ Total Yearly Cost $__________________ TOTAL CONTRACT VALUE _______________________ b. The government has the right to reduce monthly payment at the rate of 5% of monthly payment for up to 5 calls per month, if the vendor exceeds 1 (one) Hour of the time allotted on this agreement for all calls at the Wade Park VAMC, and 2 Hours for all other locations. The government has the right to reduce monthly payment at the rate of 10% of monthly payment for up to 10 calls per month, that the vendor exceeds 1 (one) Hour of the time allotted on this agreement for all calls at the Wade Park VAMC, and 2 Hours for all other locations. The government has the right to reduce monthly payment up to 20 % of the monthly rate in addition to other payment reductions, if the vendor completely missed to perform services for up to 3 calls per months, regardless of then location.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/56ced1ec86e348b9a5903ebdf384f14f/view)
 
Place of Performance
Address: LOUIS STOKES CLEVELAND VA MEDICAN CENTER 10701 EAST BLVD, CLEVELAND 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN05706225-F 20200701/200629230154 (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  © 1994-2020, Loren Data Corp.