Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

S -- Pest Control Management

Notice Date
11/20/2020 4:51:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24121Q0090
 
Response Due
12/4/2020 7:00:00 AM
 
Archive Date
01/03/2021
 
Point of Contact
Contract Specialist, Carlton Lunsford, Phone: 203-932-5711
 
E-Mail Address
carlton.lunsford@va.gov
(carlton.lunsford@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Manchester VAMC Pest Control Services (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24121Q0090 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. (iv) This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 561710 for Exterminating Services and small business size standard is $12MM million. (v) The Government intends to award a firm-fixed price award for Pest Control Services at the Manchester VAMC as indicated in the Performance Work Statement (PWS) or Statement of Work (SOW). Please see the attached PWS/SOW for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Interior & Exterior Pest Control. Base year. Locations of services provided at Manchester VA Medical Center, 718 Smyth Rd Manchester NH 03104 Main Medical Center - Building 1 quarters - Building 2 Office Building 3 Office Building 4 (including resident quarters) Office Building 5 Office, Building 6 Building 7 (Garage, Boiler Plant, Shops) Building 8 (Water Supply Pump house) Building 11 (Smyth Tower, fieldstone) Building 15 (NHCU I & II) Building 18 (Ambulatory Care) All exterior buildings and grounds located on the campus of the VA Medical Center **To be paid on certified invoices. Per the SOW. Contract Period: Base POP Begin: 12-10-2020 POP End: 12-09-2021 0002 12.00 MO __________________ __________________ Emergency Interior & Exterior Pest Control. Base year. Contract Period: Base POP Begin: 12-10-2020 POP End: 12-09-2021 1001 12.00 MO __________________ __________________ Interior & Exterior Pest Control. Option year 1. Locations of services provided at Manchester VA Medical Center, 718 Smyth Rd Manchester NH 03104 Main Medical Center - Building 1 quarters - Building 2 Office Building 3 Office Building 4 (including resident quarters) Office Building 5 Office, Building 6 Building 7 (Garage, Boiler Plant, Shops) Building 8 (Water Supply Pump house) Building 11 (Smyth Tower, fieldstone) Building 15 (NHCU I & II) Building 18 (Ambulatory Care) All exterior buildings and grounds located on the campus of the VA Medical Center **To be paid on certified invoices. Per the SOW. Contract Period: Option 1 POP Begin: 12-10-2021 POP End: 12-09-2022 1002 12.00 MO __________________ __________________ Emergency Interior & Exterior Pest Control. Option year 1. Contract Period: Option 1 POP Begin: 12-10-2021 POP End: 12-09-2022 2001 12.00 MO __________________ __________________ Interior & Exterior Pest Control. Option year 2. Locations of services provided at Manchester VA Medical Center, 718 Smyth Rd Manchester NH 03104 Main Medical Center - Building 1 quarters - Building 2 Office Building 3 Office Building 4 (including resident quarters) Office Building 5 Office, Building 6 Building 7 (Garage, Boiler Plant, Shops) Building 8 (Water Supply Pump house) Building 11 (Smyth Tower, fieldstone) Building 15 (NHCU I & II) Building 18 (Ambulatory Care) All exterior buildings and grounds located on the campus of the VA Medical Center **To be paid on certified invoices. Per the SOW. Contract Period: Option 2 POP Begin: 12-10-2022 POP End: 12-09-2023 2002 12.00 MO __________________ __________________ Emergency Interior & Exterior Pest Control. Option year 2. Contract Period: Option 2 POP Begin: 12-10-2022 POP End: 12-09-2023 3001 12.00 MO __________________ __________________ Interior & Exterior Pest Control. Option year 3. Locations of services provided at Manchester VA Medical Center, 718 Smyth Rd Manchester NH 03104 Main Medical Center - Building 1 quarters - Building 2 Office Building 3 Office Building 4 (including resident quarters) Office Building 5 Office, Building 6 Building 7 (Garage, Boiler Plant, Shops) Building 8 (Water Supply Pump house) Building 11 (Smyth Tower, fieldstone) Building 15 (NHCU I & II) Building 18 (Ambulatory Care) All exterior buildings and grounds located on the campus of the VA Medical Center **To be paid on certified invoices. Per the SOW. Contract Period: Option 3 POP Begin: 12-10-2023 POP End: 12-09-2024 3002 12.00 MO __________________ __________________ Emergency Interior & Exterior Pest Control. Option year 3. Contract Period: Option 3 POP Begin: 12-10-2023 POP End: 12-09-2024 4001 12.00 MO __________________ __________________ Interior & Exterior Pest Control. Option year 4. Locations of services provided at Manchester VA Medical Center, 718 Smyth Rd Manchester NH 03104 Main Medical Center - Building 1 quarters - Building 2 Office Building 3 Office Building 4 (including resident quarters) Office Building 5 Office, Building 6 Building 7 (Garage, Boiler Plant, Shops) Building 8 (Water Supply Pump house) Building 11 (Smyth Tower, fieldstone) Building 15 (NHCU I & II) Building 18 (Ambulatory Care) All exterior buildings and grounds located on the campus of the VA Medical Center **To be paid on certified invoices. Per the SOW. Contract Period: Option 4 POP Begin: 12-10-2024 POP End: 12-09-2025 4002 12.00 MO __________________ __________________ Emergency Interior & Exterior Pest Control. Option year 4. Contract Period: Option 4 POP Begin: 12-10-2024 POP End: 12-09-2025 GRAND TOTAL __________________ (vi) The Contractor shall provide all resources necessary to provide Pest Control Services IAW the attached PWS/SOW. Please see the attached PWS/SOW for full requirement details. (vii) The Place of Performance is the VA Connecticut Medical Center s and CBOC locations as outlined in the PWS/SOW. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.209-7 Information Regarding Responsibility Matters (Oct 2018), 52.217-5 Evaluation of Options (Jul 1990), 52.233-2 Service of Protest (Sep 2006), 852.233-71 Alternate Protest Procedure (Oct 2018), 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference, 852.270-1 Representative of Contracting Officers (Jan 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes: shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors: shall submit their quotes electronically via email to carlton.lunsford@va.gov. (3) Questions: shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. A site visit is scheduled for Dec 1, 2020 at 1:00PM EST, at the Manchester VAMC, 718 Smyth Rd, Manchester, NH 03104-7007. The cut-off date and time for receipt of questions is Dec 2, 2020 at 1:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  1. Price (Follow these instructions): a. Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.  Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. b. Ensure your representations and certifications are complete in the System for Award Management (SAM) ( https://www.beta.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"" and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.beta.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the PWS/SOW. References must include contact information; brief description of the work completed, and contract # (if relevant).  Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the PWS/SOW.  The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the PWS/SOW in a timely efficient manner.  a.       Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the PWS/SOW. b.       Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS/SOW. c.       Contractor shall provide a quality control plan, which explains the offerors approach to quality control and methodologies. An example quality assurance surveillance plan is attached, see Attachment 2 QASP and can be utilized as a template. d.       Contractor shall provide all current and relevant licenses and/or certifications for the State of Connecticut. e.       If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the www.beta.SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 Systems for Award Management Maintenance, 52.204-18 Commercial and Government Entity Code Maintenance, 52.228-5 Insurance-Work on a Government Installation, CL-120 Supplemental Insurance Requirements, 52.232-40 Providing Accelerated Payments to small Business Subcontractors, 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 852.203-70 Commercial Advertising (May2018), 852.21952.219-14 Limitations on Subcontracting (Mar 2020), VAAR 852.212-70 Provisions and Clauses applicable to VA Acquisition of Commercial Items (Apr 2020), 852.209 70, Organizational Conflicts of Interest, 852.219-74 Limitations on Subcontracting-Monitoring and Compliance, 852.232-72 Electronic Submission of Payment Requests, 852.237-70 Contractor Responsibilities (Apr 1984), (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.204-14, 52.209-6, 52.219-4, , 52.219-8, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-41 (All counties that the WD covers, WD15-4019) 52.222-42, 52.222-43, 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due Dec 4, 2020 at 10:00 AM EST. RFQ responses must be submitted via email to: carlton.lunsford@va.gov. (xvi) The POC of this solicitation is Carlton Lunsford, carlton.lunsford@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e0f89c5d07494a93afdd89f1bfb51f26/view)
 
Place of Performance
Address: Manchester VAMC 718 Smyth Rd, Manchester, NH 03104-7007, USA
Zip Code: 03104-7007
Country: USA
 
Record
SN05857985-F 20201122/201120230143 (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.