The RFP Database
New business relationships start here

White River Junction, VT - Pest Control


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

Page 5 of 6
Department of Veterans Affairs
Veterans Health Administration
Sources Sought Notice WRJ (White River Junction), VT VAMC Pest Control Services

This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought.
This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought.
The Veterans Health Administration (VHA) is seeking a vendor to provide pest control services at the WRJ VAMC in White River Junction, VT. Refer to the General Requirements section below for the requested service description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.

GENERAL REQUIREMENTS
The contractor shall provide the following services:

Specification for Work:
A. GENERAL:
The contractor shall provide all management, identification of unknown pests, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the interior and exterior with a fall application for Cluster Fly s, at the White River Junction (WRJ), VA Hospital located at 163 Veterans Drive, White River Junction, VT in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until pests are eliminated. Contractor shall conduct bi-weekly inspections with complaints responded to immediately (within 4 hours) upon notification from the COR (Contracting Officer s Representative). Cluster Fly spraying shall be done in late August to September each year.

LOCATIONS OF SERVICES PROVIDED:

Building No. 1 Clinical, Laboratory, Diet Kitchen*, Trash Compactor and Dumpster
Building No. 2 Boiler Plant
Building No. 4 Administrative Offices
Building No. 6 - Administrative Offices
Building No. 7 - Administrative Offices
Building No. 8 - Administrative Offices *
Building No. 8a Canteen Kitchen, Dining room, Store
Building No. 9 - Administrative Offices
Building No.10- Administrative Offices
Building No. 28 - Administrative Offices *
Building No. 31 - Main Hospital *
Building No. 37 Engineering *
Building No. 43 -Storage Building
Building No. 43a Storage Building
Building No. 44 - Animal Research Facility, Research Laboratory, Administration
Building No. 66 - Warehouse
Building No. 88 Patient Lodging *
Building No.T59 - Administrative Office
Building No.T58 - Administrative Office
Building No.T60 - Administrative Office
Building No.T61 - Administrative Office
Building No.T62 - Administrative Office
Building No.T63 - Administrative Office

*Areas to be treated for Cluster Fly s
WORK HOURS:

1. Normal Work Hours: The service schedule will be developed between the contractor and COR prior to any service being performed. The COR will be named at the time of award.
2. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday.

SPECIFICATIONS:
1. The contractor shall conform to all federal, state, and local regulations governing examining and licensing of pest control operators, performance of pest control, use of approved pest control chemicals and equipment, and proper disposal methods for all products/containers, which may be in effect for the area where the work under the contract will be performed. Licensing and certifications for each contractor pest control technician shall be provided to the COR prior to initiation of work.
The IPM plan requires approval by the COR prior to implementation.

Contractors IPM plan requires but is not limited to the following tasks:
Inspect to determine pest management measures are appropriate and required.
Recommend and communicate to the COR environmental sanitation practices that restrict or eliminate food, water or harborage for pests and recommend engineering practices that limit entry of pests.
Selection and utilization of non-chemical control methods, which eliminate, exclude or repel pests, i.e. insect electrocution devices, traps, caulking, air screens, etc.
Collection and disposal of all pests.
Selection and use of the most environmentally sound pesticide(s) to affect control when chemical control methods are necessary.
Control general structural arthropod pests (i.e., cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, etc.).
Control flying insect pests (i.e., housefly, stable fly, blow flies, etc.).
Control predatory pests (i.e., lice, bedbugs, fleas, mites, ticks, bees, wasps, mosquitoes, scorpions, etc.)
Control stored product pests (i.e., saw tooth grain beetle, red confused flour beetle, trogderma beetles, grain moths etc.)
Control mice and rats (i.e., house mouse, field mouse, roof rat, Norway rats, etc.)
Control pest birds (i.e., pigeons, sparrows, blackbirds, etc.)
Control other vertebrate pests (i.e., dogs, cats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons, etc.).
Control wood destroying organisms (i.e., subterranean termites, dry wood termites, fungi, wood boring beetles, etc.).
Control aquatic pests (i.e., mosquito larva/pupae, algae etc.).

NOTE: Fumigation treatments may require separate scheduling as approved by COR for the convenience of the facility.

D. CALL BACKS:
EMERGENCY CALL BACK: The Contractor shall respond and perform IPM Services to correct the emergent condition within four hours after receipt of notification by the Contracting Officer or COR. This call back service shall be accomplished at no additional charge to the Government.
NON-EMERGENT CALLS: Contractor shall report within mutually agreed upon time with COR for non-scheduled services without additional charge to the Government.

E. REPORTING FOR SCHEDULED SERVICES: Contractor shall report to B02C in the basement of building 31, on scheduled days for any instructions for location of infestation, as called in by wards, clinics, etc. Pest Control Technician shall submit a written report of all activities following each visit, with the signature of the COR or designee responsible. The required inspection is required to be done bi-weekly, days and hours TBD.
F. SAFETY FACTORS:
All rodenticides or traps shall be placed only at times and in the areas approved by the COR or his/her designee. Rodenticides, and/or traps shall be replaced as necessary and per manufacturer recommendations. No pest control material or trap shall be placed where it may be recovered by patients, nor shall such material be allowed to contact food or cooking utensils.
STORAGE OF PEST CONTROL MATERIALS:
Storage of pest control materials or equipment are prohibited without the written approval of the COR.
QUALITY ASSURANCE:

Performance Objective
Performance Threshold
All emergency complaints shall be addressed and corrected within the timeframe specified above. Non-emergent complaints shall be addressed and corrected within the timeframe specified above.
Failure to meet prescribed timeframes shall not exceed one time per Quarter.

I. Required Contractor Reporting
After each service (scheduled or non-scheduled) contractor personnel shall submit documentation including but not limited to:

The name and address of the individual who applied the pesticide.
The location, by building and room number where each pesticide was applied.
The pest or pests against which the pesticide was applied.
The date and time of application.
The brand name of the pesticide applied.
The name of the pesticide manufacturer, or the federal environmental protection agency registration number of the pesticide.
The rate of application or amount of the pesticide applied, and the total area treated.

The contractor is responsible for supplying, completing and submitting all reports required or requested by Federal, State or local ordinances, which pertain to any duties contained in the contract.

The Contractor shall furnish the COR s office, prior to initial application the trade names (if any), and the chemical names of all approved pesticides/chemicals along with appropriate antidote information and current Material Safety Data Sheet (MSDS). The Contractor shall supply this information as new products are submitted for approval to the COR.

J. CONTRACTOR PERSONNEL BADGES AND PARKING:
1. The contractor shall provide the COR with a list of contractor employees expected to enter the buildings to pick up confidential documents. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility.
2. An access badge will be given to the contractor s employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor s employees must return the access badge(s) to the COR or designee at the end of each pick up process.
3. The contractor shall be required to comply with all security policies/requirements of the WRJ VA. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract.
4. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR.
5. The VA at White River Junction does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance.

K. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts.

In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government.

Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with the COR or designee and the contractor shall be accompanied by VA personnel.






RESPONSE COMMITMENT:

A. All questions, comments or concerns shall be directed to Gina.Petrino@va.gov.
B. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice.
C. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit).

I. TIMELINE :
A. This request will close on stated date within the FBO site.

II. Requested information:
Interested parties shall provide the following information in addition to your capability response:

A. Format:
1. MS Word or pdf format (please ensure email is under 5 mb)
2. Page limit 2-4 pages (please make the response as brief and concise as possible)
3. Company name and Sources Sought number listed on each page

B. Specifics:
1. In your response, please provide the following information based on the requirement.
a. Your company s capability of fulfilling this requirement as it is described.
2. Please also provide name of company, company address, a contact person s name, telephone number, fax number and email address.
3. DUNS number, and indicate if actively registered on System for Award Management (SAM)
4. Contractual vehicles the company holds, such as NAC or GSA schedules.
5. Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.].

Notes:

1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission.

2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government.

The Department of Veteran Affairs Contracting Office Point of Contact:
Gina Petrino
Contract Specialist
Email: Gina.Petrino@va.gov

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