Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

F -- VA Greater Los Angeles - Pest Control Services

Notice Date
8/17/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9882
 
Response Due
9/4/2018
 
Archive Date
11/3/2018
 
Point of Contact
Kevin.vo@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-96, dated November 6, 2017. Solicitation # 36C26218Q9882 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award from this solicitation. The North American Industry Classification System (NAICS) Code is 561710 and the Small Business Administration s (SBA) size standard is $11 million for this procurement. This procurement will be issued as a total set aside for Service-Disable Veteran-Owned Small Businesses, see VAAR Clause 852.219-10. The Government is seeking a Contractor to furnish all personnel, labor, supplies, equipment, tools, materials, transportation, supervision, and other items and non-personal services necessary to provide pest control services including, but not limited to the planning, development, management, operations and maintenance for pest control and removal of pests at the VA Greater Los Angeles Healthcare System (VAGLAHS). Place of Performance: The contractor shall provide the pest control services at the government facilities located below: VAGLAHS 11301 Wilshire Blvd. Los Angeles, CA 90073 Sepulveda Ambulatory Care Center (SACC) 16111 North Plummer Street Los Angeles, CA 91343 Los Angeles Ambulatory Care Center (LAACC) 351 East Temple Street Los Angeles, CA 90012 Period of Performance: Base year and up to four (4) one (1) year option periods. Provisions / Clauses: The following provisions / clauses: 52.212-1, Instructions to Offerors Commercial, 52.212-2, Evaluation Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition. Please see the attached SF 1449 Solicitation for the Statement of Work (SOW), additional clauses / provisions, and other pertinent information relative to this solicitation offerors shall review and be aware of. Site Visit: Attendance is NOT mandatory, but highly encouraged so offeror(s) can inspect the site(s) where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent the information is reasonably obtainable. This will be the only site visit provided by the Government. Offerors shall be responsible and shall NOT be reimbursed by the Government for any costs or travel expenses incurred related to the site visit. The site visit inspection will be held on the following schedule listed on the table below: PARTICIPATING FACILITY ADDRESS DATE FROM TO VAGLAHS 11301 Wilshire Blvd. Los Angeles, CA 90073 08/22/2018 9:30 AM PST 10:30 PM PST SACC 16111 N Plummer St. Los Angeles, CA 91343 08/22/2016 11:00 AM PST 12:00 PM PST LAACC 351 E Temple St., Los Angeles, CA 90012 08/23/2016 11:00 AM PST 12:00 PM PST All interested Contractors are required to confirm attendance via email at Kevin.vo@va.gov no later than 2:00 PM PST on Tuesday, August 21, 2018. The email must include the following: Subject of email: RFQ # 36C26218Q9882 VAGLAHS INSPECTION SERVICES OF PEST CONTROL SERVICES Site Visit Request. Body of email: Company Name; Point of Contact, phone number and email address; and List of all attendees (no more than 3 attendees per company) Contracting Officer will acknowledge receipt of your request and provide details of the meeting location. If no request received by the required date, site visit will not be conducted. Basis for Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the factor of LOWEST PRICE. Upon receipt of offers, the Contracting Officer will record the offers from lowest price to highest price on the Abstract of Offers. Once all offers are recorded, the Contracting Officer shall review ONLY the lowest priced offer and determine the offeror s responsibility in accordance with the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following special standards of responsibility applies to this procurement: Special Standards of Responsibility. Specialized Experience. This special standard of responsibility will be used to determine the offeror s specialized experience providing pest control services. Special Standards of Responsibility. Ability to Provide Qualified Personnel. This special standard of responsibility will be used to determine the offeror s ability to provide qualified personnel in support this contract. Special Standards of Responsibility. Contingency Plan. This special standard of responsibility will be used to determine the offeror s ability provide a contingency plan in support this contract. Special Standard of Responsibility. Ability to Record, Track and Trend Reports. This special standard of responsibility will be used to determine the offeror s ability to record, track and trend daily pest reports for routine and daily services in support this contract. Special Standard of Responsibility. On Call Services. This special standard of responsibility will be used to determine the offeror s ability to provide on call services in support this contract. Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit the following: Offer Form (Standard Form 1449) Complete box 17a of page and sign/print/date in box 30a/b/c/ of page 1; Contract Administration; Acknowledgment of Amendments; Required Registration; DUN Number. The Price/ Cost Schedule provided in this Solicitation. No other format for the submission of the Price/Cost Schedule shall be accepted. Special Standards of Responsibility. Specialized Experience. This special standard of responsibility shall be used to determine the offeror s specialized experience performing Pest Control Services. The offeror shall provide evidence of their specialized experience and copy of its State of California (1) Business License with the Structural Pest Control Board (2) Pest Control License, (3) Wildlife Trappers License and (4) Licenses/ Permits that are required by the Federal and/ or State of California to perform pest control services. Specifically, the offeror shall provide a narrative summary in no more than ten (10) pages demonstrating their experience providing Pest Control Services, as described in the Statement of Work. Special Standards of Responsibility. Ability to Provide Qualified Personnel. This special standard of responsibility will be used to determine the offeror s ability provide qualified personnel in support of this contract. The offeror shall provide proof that they have qualified personnel to provide pest control services. Specifically, the offeror shall provide 5-7 licenses of each personnel proposed to perform on the contract, as described in the Statement of Work. Special Standards of Responsibility. Contingency Plan. This special standard of responsibility will be used to determine the offeror s ability to replace staffing personnel that cannot perform the assigned job duties and tasks. Provide a narrative summary in no more than five (5) pages description of your company s ability to replace personnel within the reasonable time, as described in the Statement of Work. Special Standard of Responsibility. Ability to Record, Track and Trend Reports. This special standard of responsibility will be used to determine the offeror s ability to record, track and trend reports. Provide a narrative summary in no more than ten (10) pages demonstrating the ability to record, track and trend daily pest reports for routine and daily services. Specifically, the offeror shall provide samples of pest report when services are performed, as described in the Statement of Work. Special Standard of Responsibility. On Call Services. This special standard of responsibility will be used to determine the offeror s ability to provide on call services. Provide a narrative summary in no more than five (5) pages demonstrating the ability providing on call services as needed outside of normal working hours within two hours of notification, as described in the Statement of Work. Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to Kevin H. Vo via email at Kevin.vo@va.gov. Ensure to reference solicitation # 36C26218Q9882 VAGLAHS PEST CONTROL SERVICES in the subject line of the email. Questions shall be submitted in writing via email no later than August 24, 2018 to Kevin H. Vo at Kevin.vo@va.gov. All questions will be answer via an amendment to this solicitation on or about August 29, 2018. No questions will be answered after this date. Submission Deadline: All offer(s) shall be received by the Due Date (See block 8 of the 1st page of the SF 1449). Offer(s) received after the prescribed deadline, may be considered non-responsive and may not be considered for award. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JUN-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9882/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd.;Los Angeles
Zip Code: 90073
Country: USA
 
Record
SN05337579-F 20190613/190611230030 (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  © 1994-2020, Loren Data Corp.