Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2014 FBO #4772
DOCUMENT

S -- Pest Control Services - Attachment

Notice Date
12/16/2014
 
Notice Type
Attachment
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
VA25615N0190
 
Response Due
1/9/2015
 
Archive Date
4/9/2015
 
Point of Contact
Windell L Lance
 
E-Mail Address
3-5677<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, Network Contracting Office (NCO) 16, in support of the Gulf Coast Veterans Health Care System is currently requesting information in order to determine the existence of viable commercial sources capable of providing Pest Control Services. The intended contract period of performance is for a base period of six months (1 April 15 - 30 Sep 15) and four (4) one-year option periods. Description of Services: The contractor shall provide all labor, tools, materials, supplies, equipment, laboratory testing, supervision, transportation, and required licensed personnel necessary to provide comprehensive Integrated Pest Management (IPM) Services for the Department of Veterans Affairs, Gulf Coast Veterans Health Care System (GCVHCS). This includes the VA Medical Center, Biloxi, MS; Joint Ambulatory Care Center (JACC), Pensacola, FL; and Eglin VA Clinic, Eglin Air Force Base (AFB), FL. This is to include both the interior and exterior of all buildings and grounds. 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 & Quality Control Manual, the VHA Program Guide 1850.2, and in accordance with applicable commercial pest control procedures. An IPM plan will be required prior to implementation and will be required to be submitted with proposal once a solicitation is issued. Services are also to be performed in a manner that ensures the health and general well-being of patients, staff, and visitors. The NAICS code assigned is: 561710, Exterminating and Pest Control Services and the small business size standard is $11.0 million. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Respondents should clearly describe their capabilities to include management experience, equipment and personnel or the ability to obtain them. Furthermore, interested sources must also meet all requirements of Federal, State, and Local Municipal codes regarding operations of this type service. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1. Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s) and DUNS Number. Proof of Systems for Award Management Registration (SAM) is mandatory. If applicable, please include your GSA schedule, small business status and proof as a Veteran Owned Small Business (VOSB) or Service Disabled Veteran Owned Small Business (SDVOSB). VOSB and SDVOSB eligibility must be verifiable in http://www.vetbiz.gov/. 2. A brief capability statement demonstrating past performance with relevant contract services in Prime Contractor role. Capability Statement shall not exceed more than 3 pages. 3. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps (https://www.fbo.gov) or GSA ebuy. 4. Submit Capability Statements to: Department of Veterans Affairs, NCO 16 Attn: Windell Lance, no later than 3:00 PM, 09 January 2015. Responses must be submitted via e-mail to: windell.lance@va.gov PLEASE INCLUDE VA256-15-N-0190 IN THE SUBJECT LINE OF THE EMAIL. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25615N0190/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-15-N-0190 VA256-15-N-0190_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774711&FileName=VA256-15-N-0190-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774711&FileName=VA256-15-N-0190-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03597835-W 20141218/141216235021-840d62e76f643c4d8bf21cc7c83c5634 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.