Kansas Bids > Bid Detail

S207--Pest Control Services at Dwight D. Eisenhower VA Medical Leavenworth, KS

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159069691982468
Posted Date: Feb 8, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/38f780b80e...
Follow
S207--Pest Control Services at Dwight D. Eisenhower VA Medical Leavenworth, KS
Active
Contract Opportunity
Notice ID
36C25524Q0164
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 08, 2024 04:00 pm CST
  • Original Response Date: Feb 27, 2024 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 08, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: S207 - HOUSEKEEPING- INSECT/RODENT CONTROL
  • NAICS Code:
    • 561710 - Exterminating and Pest Control Services
  • Place of Performance:
    Dwight D. Eisenhower VA Medical Center 4101 S. 4th St. Leavenworth , KS 66048
    USA
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e).

SOURCES SOUGHT DESCRIPTION

This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561710. 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.

The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following:
The Contractor shall provide all supplies, materials, equipment, labor, supervision, management and transportation to perform all tasks as identified below and in the attached Area Treatment/Frequency Chart (See Exhibit 1). All work will be performed in accordance with the guidelines established by Federal, State and local ordinances and as shown in the National Pest Control Association's Good Practice Statements. The contractor's filed service employee shall wear visible identification at all times while on the premises of the VA Medical Center. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings of the VA Medical Center. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the Unites States (Federal) District Court, not a local district, state, or municipal court.
SCHEDULING:
The Area Treatment/Frequency Chart (Exhibit 1) and the indicated time frames shall be the minimum basis for the scheduling of pest management tasks. The Contractor shall provide the work scheduling of when services will be performed based on information contained in Exhibit 1 and submit schedule to the Environmental Management Service designee, who will be functioning as the Contracting Officers Technical Representative (COR), no later than the contract start date. Service shall be scheduled so that each building and area of the Medical Center complex will receive pest control service a minimum of once per month or as indicated by Exhibit 1. Areas such as Nutrition & Food, Domiciliary and Canteen may require treatment and/or special treatment as often as once per week. Community Living Center will receive inspection/treatment of lockers twice per year in conjunction with cyclic cleaning of units (April/October). The contractor will coordinate this function with the bed cleaner and nurse manager. NOTE: Service includes roach kill applications to inner walls, and in new construction or renovated areas.
Pest management tasks shall be scheduled so as to be performed on definite appointed dates and in no event shall the Contractor carry on work outside regular agreed upon working hours without prior approval of the Contracting Officer's Technical Representative.
In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, the entire work shall be rescheduled to a date and time satisfactory to the Contractor and the Contracting Officer's Technical Representative. Postponement will not reflect any penalties assessed to the Contractor, nor should there be any additional cost to the Government.
STANDARDS:
All Integrated Pest Management (IPM) tasks shall meet the guidelines as shown in National Pest Control Association's good practice statements.
TASKS: (All work pertains to the interior and exterior of designated buildings)
Inspection to determine which pest management measures is appropriate and required.
Recommending environmental sanitation practices that restrict or eliminate food, water, or harborage for pests.
Selection and utilization of non-chemical control methods that eliminate exclude or repels pests (i.e., insect electrocution devices, insect traps, caulking, air screens, etc.). Bug lights are to be emptied as needed.
Selection and use of the most environmentally sound pesticides(s) to affect control when chemical control methods are necessary.
Control of general structural anthropoid pests (i.e., cockroaches, ants, carpet beetles, spiders, carpenter bees, etc.).
Control of flying insect pests (i.e., housefly, stable fly, blowflies, etc.) Electric Fly Lights maintenance and bulb replacement cost are not to be included in bid. The VA will purchase and install the light bulbs.
Control of predatory pests (i.e., fleas, mites, ticks, bees, wasps, mosquitoes, scorpions, chiggers, etc.). Includes small picnic areas where tables are located.
Control of stored product pests (i.e., saw tooth grain beetle, red/confused flour beetles, trogoderma beetles, grain moth, etc.).
Control of mice and rats (i.e., house mouse, field mouse, roof rat, Norway rat, etc.).
Evaluation of control measures through follow-up inspections.
The Contractor will be required to inspect for all wood destroying organisms during scheduled inspections. When wood destroying organisms are found (termites, carpenter ants), the contractor will report the finding to the Contracting Officer's Technical Representative, who will take other actions, including separate contract action as warranted, to treat the infestation. COR reserves the right to accept bids from other vendors in these cases.
Control of other vertebra pests (i.e., squirrels, gophers, moles, skunks, snakes, rabbits, raccoons, etc.). Trapping and removal shall be price out in a separate Line Items and done on an as needed basis. This establishes a competitive firm fix price for COR consideration when taking other actions, including separate contract action, as warranted, to trap and remove vermin.
Control of pigeons, starlings, sparrows, and bats will be priced out on case by case basis. These measures are outside the scope of the FSS Contract. However the COR can request the Vendor to submit an estimate to address a bird or bat problem on facility grounds. A separate PO will be generated to cover this action. COR reserves the right to accept bids from other vendors in these cases.
Room treatments for Bedbugs will be listed as a separate Line Item price and done on an as needed basis. This will establish a competitive firm fixed price for COR consideration when taking action on the infestations, including separate Contract action, as warranted, for Bedbug treatment.
VISITS:
Normal inspection and treatment of most buildings are to be made during regular Medical Center work hours of 8:00 am to 4:30 pm. However, there will be no application of insecticides during normal working hours for specific areas as outlined in Exhibit 1. Contractor will coordinate treatment of areas with appropriate personnel in advance so that individuals with special health needs can be reasonably accommodated. Whenever pesticides are used in a large scale application, the Health and Safety Officer as well as employees will receive advance notice about the spraying.
Inspection and treatment of food areas, and specialized areas (i.e. Surgery, Nutrition and Food, Canteen, etc.) will be done during other than normal working hours as designated by the Contracting Officer's Technical Representative and outlined in Exhibit 1.
The Government estimates the Contractor will be required on station 3 times per week for a total of approximately 8 hours per week to perform routine inspections, maintain and perform the required services. If the contractor can provide the quality services utilizing fewer personnel hours, and accomplish all contract requirements, the contractor may utilize professional judgment in determining the personnel hours required to perform the contract functions. The contractor is still required to accomplish all work in accordance with the specifications.
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.
CALL BACK REQUIREMENT:
Routine:
The Contractor shall within 12 hours after receipt of notification by the Contracting Officer or his/her representative, and at no additional charge to the Government, retreat previously treated areas when inadequate control (as per specifications) was obtained.
Emergency; The Contractor shall within 4 hours after receipt of notification by the Contracting Officer or his/her representative, and at no additional charge to the Government, performs IPM Services to correct the emergent condition.
RESIDUAL TREATMENT:
During regular scheduled visits the Contractor shall apply a residual treatment for control of roaches in such a manner as to ensure all areas of the hospital complex are properly treated.
The Contractor will properly treat those areas from which complaints have been received.
Crack and crevice residual treatment technique of pesticides will be used in food preparation areas according to label instructions.
Formulations of pesticides and methods of application must be approved by the Contracting Officer's Technical Representative and comply with all Federal, State and local laws and regulations.
Contractor personnel shall utilize pesticides with as low volatility and as odor free as possible in patient occupied areas in order to keep odor levels from affecting patients.
RESTRICTION OF PEST CONTROL MATERIALS:
All rodenticides and/or traps shall be placed only at times and in areas approved by the Contracting Officer's Technical Representative and unused portions shall be recovered at the latest by a time limit approved by the Contracting Officer's Technical Representative. Contractor will provide Contracting Officer's Technical Representative with a map identifying the location of baits and traps. All traps/bait stations shall be dated.
The use of rodenticides shall be restricted to locations approved by the Contracting Officer's Technical Representative.
The Contractor will be required to furnish the Department of Veterans Affairs, prior to initial application of pesticides and rodent control chemicals, labels of chemicals to be used, trade Material Safety Data Sheets, and the antidote therefore. Contractor will furnish the same information each time (s)he changes chemicals or products used in the performance of this contract. The Medical Center for emergency treatment in the event of ingestion of and/or contact requires this information
No pesticide will be disposed of on VA Medical Center property.
The following are examples of pesticides not to be used at this station:
Phosphorus Paste
Thallium Sulfate
Parathion
Sodium Fluoride
Dindane in Vaporizers
DDT
Products containing binyl chloride
Residual pesticides will be used per label instructions in food preparation and food distributing areas.
The Contractor will not prepare chemicals within the Medical Center buildings.
The Contractor's trucks will be kept locked.
Pest management operations and use and types of pesticides will meet all federal, state and local regulations.
REMOVAL OF DEAD ANIMALS, DROPPINGS:
All trapped and/or dead or dying animals (i.e. geese, rodents, raccoons, opossums, skunks, squirrels, bats, birds, pigeons, etc.) shall be recovered and disposed of by the Contractor daily or whenever reported, as established by the Contracting Officer's Technical Representative. Contractor is responsible for cleaning guano, droppings, etc. in a timeframe approved by the Contracting Officer's Technical Representative.
STORAGE OF PEST CONTROL MATERIALS:
No pest control materials or equipment shall be stored or kept at the VA Medical Center when the operator is not working, without the express written approval of the Contracting Officer's Technical Representative.
DISPOSAL OF HAZARDOUS WASTE:
The Contractor shall not dispose of any excess pesticide containers or any other materials contaminated by pesticides at any location on the medical facility premises except as specified by Facilities Management Manager.
REQUIRED CONTRACTOR REPORTING:
Contractor personnel will sign in at the beginning of the scheduled work shift and out at the end of the work shift. This will be done at the Contracting Officer's Technical Representative's office. Upon signing in at the office, a tentative itinerary for the tour of duty will be provided to the Contracting Officer's Technical Representative.
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.
Quality pest control will be accomplished by tracking specific pest control problems by area and generation of an automatic need for the possibility of additional inspections and/or control methods. All Pest control measures will require no less than one follow-up inspection to insure pest problems have been eliminated.
The Contractor shall develop and submit, for approval, to the Contracting Officer's Technical Representative, a schedule of internal monitoring for implementation by the Contractor for quality assurance. At a minimum, the report should track specific pest control problems by area and generate an automatic need for the possibility of additional inspections and/or control methods. A monthly report of findings will be submitted to the Environmental Management Service designee at the end of each month in writing.
SPECIAL PROVISIONS:
The Contractor personnel in performing pesticide applications of the areas specified below shall adhere to the following provisions:
Food Handling Areas: Treatment of these areas is limited to only times when food is not being held, processed, prepared, served, and while not occupied by facility employees. The Contractor personnel shall at no time enter facility elevators, which are occupied by food service equipment while in the possession of pesticides or application equipment.
Critical Areas: The Contractor shall submit a list of pesticides for intended use in areas listed below for approval by the Contracting Officer's Technical Representative 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 can be made at any time without written approval from the Contracting Officer's Technical Representative.
Intensive Care Unit Respiratory Care Units Operating Rooms SPD
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 .5 to 15 microns.
AUTHORITY OF APPLICATOR(S):
Certified applicators are required in the performance of the work under the contract. Each applicator designated by the Contractor to perform work under the contract will furnish a copy of his/her certification (showing categories) to the Contracting Officer's Technical Representative prior to reporting to work.
Applicator(s) must be certified in Category 7 and Category 3 to meet contract requirements. In cases where the contractor has two or more persons reporting to work under the contract, one of these should be designated as the supervisor and should be fully certified in all pest management categories in which work is to be performed. Non-certified employees may assist the supervisor in the performance of the work as long as they are in immediate contact with and visible to the supervisor. Orientation to the facility layout and functions to
complete requirement of the contract will be accomplished initially with a VA representative along with the contractor. In the case of back-up applicators and/or replacement applicators, it will be the responsibility of the Contractor to orientate new employees to the layout and functions of individual areas. In no case will an applicator perform a pest control function without first being orientated to the facility.
INSPECTION AND ACCEPTANCE:
Environmental Management Service designee is designated the Contracting Officer's Technical Representative for inspection and acceptance of services under the contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the contract or relative to the financial or legal specs.
IDENTIFICATION:
The contractor's field service employee shall wear visible identification at all times while on the premises of the VA Medical Center. Smoking is only allowed in designated areas. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court.
VEHICLES:
All vehicles will be locked and the keys removed while performing service on the Medical Center's property. This is intended to protect the contractor's property and provide for the safety of the Medical Center's personnel. Vehicle(s) shall be identified. Parking in the appropriate designated parking areas is expected. Information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the contractor for any conditions.
SAFETY REQUIRMENTS:
In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or designee may determine to be reasonably necessary to protect the lives and health of the occupants of any building. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. After receipt of such notice, the contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor, or the representative at the site of the work, all is deemed sufficient for the purpose aforesaid.
It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the brand name.

If you are interested, and are capable of providing the sought out services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

* Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?

* Is your company considered small under the NAICS code identified under this RFI?

* Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?

* If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

* Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number.

* Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described above.
*Please provide your UEI number.

Responses to this notice shall be submitted via email to Leslie Ross at Leslie.ross2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, February 27th 2024 at 1000 CT. 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 08, 2024 04:00 pm CSTSources Sought (Original)

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 >