The RFP Database
New business relationships start here

Pest Control Services for White River Junction,VT


Massachusetts, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 6 of 6
Combined Synopsis Solicitation White River Junction (WRJ), VT 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 36C24118Q0124 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 2005-96.
(iv) This requirement is being issued as unrestricted, open market. The associated NAICS code is 561710 Exterminating and Pest Control Services and small business size standard is $11.0 million.
(v) The Government intends to award a firm-fixed price award for pest control services at the WRJ VT VAMC. Please see the attached Statement of Work (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
Pest Control Services at the WRJ, VT VAMC as described in the SOW.
Contract Period: Base
POP Begin:
POP End:
1.00
YR
__________________
__________________
0002
Bed Bug Treatment Priced Per Room / Approximately 4-6 Rooms Per Quarter (24 Rooms / Year)
Contract Period: Base
POP Begin:
POP End:
1.00
YR
__________________
__________________
2001
Pest Control Services at the WRJ, VT VAMC as described in the SOW.
Contract Period: Option 1
POP Begin:
POP End:
1.00
YR
__________________
__________________
2002
Bed Bug Treatment Priced Per Room / Approximately 4-6 Rooms Per Quarter (24 Rooms / Year)
Contract Period: Option 1
POP Begin:
POP End:
1.00
YR
__________________
__________________
3001
Pest Control Services at the WRJ, VT VAMC as described in the SOW.
Contract Period: Option 2
POP Begin:
POP End:
1.00
YR
__________________
__________________
3002
Bed Bug Treatment Priced Per Room / Approximately 4-6 Rooms Per Quarter (24 Rooms / Year)
Contract Period: Option 2
POP Begin:
POP End:
1.00
YR
__________________
__________________
4001
Pest Control Services at the WRJ, VT VAMC as described in the SOW.
Contract Period: Option 3
POP Begin:
POP End:
1.00
YR
__________________
__________________
4002
Bed Bug Treatment Priced Per Room / Approximately 4-6 Rooms Per Quarter (24 Rooms / Year)
Contract Period: Option 3
POP Begin:
POP End:
1.00
YR
__________________
__________________
5001
Pest Control Services at the WRJ, VT VAMC as described in the SOW.
Contract Period: Option 4
POP Begin:
POP End:
1.00
YR
__________________
__________________
5002
Bed Bug Treatment Priced Per Room / Approximately 4-6 Rooms Per Quarter (24 Rooms / Year)
Contract Period: Option 4
POP Begin:
POP End:
1.00
YR
__________________
__________________




GRAND TOTAL
__________________


(vi) The Contractor shall provide all resources necessary to provide pest control services IAW the attached SOW. Please see the attached SOW for full requirement details.
(vii) The Place of Performance is the VA White River Junction, 215 North Main Street, WRJ, VT 05009 for a 12 month base with 4 annual option years, exact commencement date TBD.
(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); 52.217-5 Evaluation of Options (JUL 1990), 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)(DEVIATION), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (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 Gina.Petrino@va.gov.
(3) Questions: 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. The cut-off date and time for receipt of questions is 7 days prior to the RFQ close date. 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:B
Price (Follow these instructions):
Offeror shall complete the above Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.B 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.
Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.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.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.
Past Performance:
Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant).B 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 Statement of Work.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the SOW in a timely efficient manner.B
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the SOW.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the SOW.
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.
Contractor shall provide all current and relevant licenses and/or certifications for the State of Vermont.
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.

Veterans Preference Factor (per 852.215-70): The Government shall assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.B
For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov).
Verified SDVOSBs will receive a 10% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $90.00).
Verified VOSBs will received a 5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00).
For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, anB Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor.

If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 3.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $96.50).
If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a 2.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50).


(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the 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: 52.252-2 Clauses Incorporated by Reference, 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 001AL-11-15-B Subcontracting Commitments Monitoring and Compliance (JUNE 2011), 852.215-71 Evaluation Factor Commitments, 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984).
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(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: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (WRJ VT VAMC Windsor County WD 15-4139 (Rev.-4) was first posted on www.wdol.gov on 08/01/2017), 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 2/1/2018 at 10:00 AM EST. RFQ responses must be submitted via email to: Gina.Petrino@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Gina Petrino (Gina.Petrino@va.gov).

See attached document: P09 - WRJ Pest Control SOW.
See attached document: S02 - Attachment 1 - Past Performance Worksheet.
See attached document: S02 - Attachment 2 - QASP.

Gina Petrino
Gina.Petrino@va.gov

Gina.Petrino@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP