Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2000 PSA #2724
SOLICITATIONS

S -- GROUNDS RODENT CONTROL

Notice Date
November 7, 2000
Contracting Office
Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822
ZIP Code
90822
Solicitation Number
RFQ 600-018-01
Response Due
November 22, 2000
Point of Contact
Mo Clary (562) 961-8061 Fax (562) 961-8067
E-Mail Address
Click here to contact the Contracting Officer via (mo.clary@med.va.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. Based upon this Solicitation No. RFP 600-018-01, the Government intends to award a contract for base year, with four (4) one-year option renewal periods, for delivery of the following service to the VA Greater Los Angeles Regional Healthcare System -- West Los Angeles Healthcare Center, 11301 Wilshire Boulevard, Los Angeles, CA 90073. SUPPLIES OR SERVICES AND PRICES/COSTS. Line Item 1 -- Base Year Rodent Control on the 500-acre grounds of the VA West Los Angeles Healthcare Center. Rodent Control for this facility requires (a) weekly inspection of the entire grounds for rodent presence; (b) as-needed treatment of infested areas; and (c) immediate backfill of surface cavities upon completion of each in-ground treatment. The foregoing integral components of rodent pest control represent a unit of service, deliverable on a weekly basis, for a total of 52 weekly units per year. (Note -- delivery of one unit may require multiple visits within a given week, dependent upon inspection findings, Contractor schedule and, when needed, treatment results.) Quantity=52;Unit=week; Unit price $____; Extended price (annual) $____. Line Item 2 -- Option Year 1 Rodent Control. Quantity=52; Unit=week; Unit price $____; Extended price (annual) $____. Line Item 3 -- Option Year 2 Rodent Control. Quantity=52; Unit=week; Unit price $____; Extended price (annual) $____. Line Item 4 -- Option Year 3 Rodent Control. Quantity=52; Unit=week; Unit price $____; Extended price (annual) $____. Line Item 5 -- Option Year 4 Rodent Control. Quantity=52;Unit=week; Unit price $____;Extended price (annual) $____. (Note: services for option years are identical to those requested for base year.) SPECIFICATIONS/REQUIREMENTS/SCOPE OF WORK. In the context of this solicitation and subsequent contract, rodent control relates to undesirable mammals inhabiting foliage, ground and subterranean areas of the facility to be controlled. Specifically desired results are elimination of common rodents, including field mice, rats, ground squirrels and pocket gophers. Although there may be no infestation at the time of any individual or series of inspections, service shall remain continuous to ensure maintenance of the "no infestation" state. The Contractor shall take a conservative approach in the use of gas cartridges, baits and traps to ensure control of undesirable rodents without causing accidents involving humans or protected species. Treatment materials and methods shall conform to Federal, state and local regulations and specifically be approved by the U.S. Department of Fish and Wildlife, California State Department of Fish and Game, County Department of Agriculture, and the Department of Veterans Affairs. The Contractor shall administer rodent control by providing all essential labor, supplies and equipment needed to accomplish the requested service. The Contractor shall provide (1) field service reports upon completion of each day's inspection and treatment activity, (2) MSDS printouts for all substances used in treatment, (3) monthly evaluation reports on progress, plans and recommendations, and (4) monthly invoices. Additionally, the Contractor shall be available for meetings covering the status of problems based on three days notice. a. Liaison: The Contractor shall designate one (1) employee responsible for routine liaison in the performance and administration of the contract. This person shall report to the designated VA Facility Maintenance Operations Foreman/Contracting Officer's Technical Representative (John Stelsel, 310/268-4162). When problems are encountered, the liaison shall respond to telephone inquiries within three hours of notification. b. Evidence of Insurance Coverage: Before commencing work under this contract, the Contractor shall furnish to the Contracting Officer, a certificate of insurance indicating the minimum coverage as stated below, in accordance with FAR 28.307-2. Coverage must be must be maintained throughout the contract period. (1) Worker's compensation and employer's liability: Employer's liability coverage of at least $100,000.00 is required, except in States with exclusive or monopolistic fund that do not permit worker's compensation to be written by private carriers. (2) General liability: $500,000.00 per occurrence. (3) Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage. The Contractor is required to provide copies of proof of coverage within 15 days after notification of contract award. c. Performance. Contractor shall perform work without interference to facility operations. Work required in the performance of this contract shall normally be performed between the hours of 7:30 a.m. and 4:30 p.m., Monday through Friday. If the Contractor finds it necessary to provide services at hours other than those specified, the Contractor shall make arrangements with the COTR a minimum of one working day prior to the day on which the service shall occur. Only those services specified herein are authorized. Before performing any service of a non-contract nature, the Contractor shall advise the Contracting Officer of the reasons for the additional work. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer. d. Invoices. Invoices shall be itemized to include the following: (1) invoice number and date; (2) contract number; (3) purchase order/obligation number and date; (4) net payment due. Contractor shall submit original monthly invoice, pre-printed with vendor's name and address, to: VA Finance Center (691), P.O. Box 149971, Austin TX 78714. Effective January 1, 1999, payment shall be made by electronic funds transfer (EFT), or by Government commercial credit card. The order facility shall inform the Contractor at the time the order is placed that the credit card method of payment is desired and shall provide the necessary instructions for processing. e. Identification Badge/Uniform. All Contractor personnel are required to wear ID badges during the entire time they are on VA grounds. ID badges must have an identification picture and shall state the name of the individual and the company represented. Contractor personnel shall wear attire or uniforms that are as neat and clean as practical in the accomplishment of their work. CLAUSES/PROVISIONS. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses; http://www.arnet.gov/far/ and http://www.va.gov/oa&,,/vaar/. Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses/Provisions: a. 52.212-1 Instructions to Offerors-Commercial Items; b. 52.212-2 Evaluation-Commercial Items (a. technical knowledge; b. past performance; c. base year price; d. price stability in option years); c. 52.212-4 Contract Terms and Conditions-Commercial Items; d. 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; e. 52.215-5 Facsimile Proposals (fax offers are accepted at 562/961-8067). Offerors must hold offer prices firm a minimum of 30 calendar days from date specified for receipt.); f. 52.217.8 Option to Extend Services; g. 52.217-9 Option to Extend the Term of the Contract; h. 52.228-5 Insurance Work on a Government Installation; i. 52.237.2 Protection of Government Buildings, Equipment, and Vegetation; and j. 52.242-15 Stop-Work Order. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Clauses/Provisions: a. 852.237-70 Contractor Responsibilities; b. 852.237-71 Indemnification and Insurance; c. 852.270-1 Representatives of Contracting Officers; and d. 852.270-4 Commercial Advertising. INSTRUCTIONS/ CONDITIONS/NOTICES TO OFFERORS. Offerors shall complete and return all information designated in FAR 52.212-1, "Instructions to Offerors Commercial Items" paragraph "b". For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form (SF 3881) and submit to the VA finance Center in Austin, TX. REPRESENTATIONS AND CERTIFICATIONS. Offerors shall provide information requested in FAR 52.212-3 by printing and completing the provision accessed at http://www.arnet.gov/far/. If the Offeror does not have Internet access, based on telephone request, the Government Point of Contact specified below shall provide this provision format via fax. ADDRESS OFFERS TO: Contracting Officer, (600/NBC/MP), Department of Veterans Affairs, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Award of a firm-fixed price contract shall be made to the responsible offeror based on (a) capability to meet the qualitative, quantitative and timeliness standards specified herein, (b) past performance in meeting similar standards, and (c) price. Point of Contact for this synopsis/solicitation: Mo Clary at (562) 961-8061. Facsimile offers are accepted at (562) 961-8067. OFFERS ARE DUE BY 3:00 P.M. CALIFORNIA LOCAL TIME ON NOVEMBER 22, 2000
Record
Loren Data Corp. 20001109/SSOL002.HTM (W-312 SN5062A1)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on November 7, 2000 by Loren Data Corp. -- info@ld.com