Pest Control
This sources sought announcement is for information and planning and market research purposes only; it is not a commitment to the Government. A contract may not be awarded as a result of this sources ... This sources sought announcement is for information and planning and market research purposes only; it is not a commitment to the Government. A contract may not be awarded as a result of this sources sought announcement. The Mission and Installation Contracting Command-Fort Belvoir (MICC), on behalf of the Arlington National Cemetery (ANC) and the U.S. Soldier's & Airmen's Home National Cemetery (USSAHNC), intends to procure non- personal services necessary to provide rodent and pest control services. The contractor shall provide a capability statement that addresses how the vendors will provide the personnel, supervision, supplies, materials equipment and non-personal services necessary to meet the government minimum requirements IAW with the following specifications: •· The Contractor shall implement a multifaceted IPM program that coordinates pest management activities with sanitation, waste management, and structural maintenance using targeted, effective, economical, and environmentally sound methods to remove harborage, disrupt food and moisture availability, deny access, and directly eliminate infestations. Methods include, but are not limited to customer education, habitat modification, biological control, cultural control, mechanical control, physical control, and judicious pesticide use. The Contractor shall identify specific sites of actual or potential pest infestation(s), manage existing populations and/or areas vulnerable to infestation, keep detailed records, and evaluate tactic effectiveness. Pests to be managed and controlled include, but are not limited to, indoor arthropods such as roaches and ants, indoor and outdoor rodents, nuisance wild animals and red clover mites at the Memorial Amphitheater. •· Inspection and Monitoring: Proactive monitoring and inspection practices are crucial to detect infestations, assess pest population levels, identify contributing factors, and limit populations. The Contractor is expected to proactively inspect and monitor for pest populations both inside and on the outside premises. The Contractor shall report findings to the COR and make detailed, site specific written recommendations/plans for timely corrective action. •· Frequency of Inspections and Monitoring of Outdoor Areas: Exterior surfaces of all buildings as well as all areas within 20 feet of all buildings, columbarium, niche walls and outdoor structures shall be inspected at least monthly for evidence of any insect, rodent or other vertebrae pest activity, burrows, infestations, harborage, or other signs. •· Frequency of Inspections and Monitoring of Indoor Areas: The contractor shall inspect the indoor areas for pest activity, signs, infestations, harborage, or other signs that meets the following surveillance schedule. More frequent inspections may be required for areas of high activity or infestation: •· All interior areas of Building 123, Building 117, Warehouse, Administration Building, Welcome Center, Memorial Amphitheater, and Lodge 2 shall be inspected weekly. •· All interior areas of the vehicle maintenance bays and storage areas at the Facility Maintenance Complex shall be inspected once per month. •· The contractor shall perform follow-up inspections of any areas of infestation, high activity, or any areas where new traps, bait stations, or pesticide applications where made. Follow-up inspections shall be performed as frequently as needed until the infestation is determined to be under control. •· Outdoor Rodent Bait Stations: The Contractor shall establish the sufficient number of outdoor rodent bait stations within ANC and USSAHNC, within two weeks of contract award. •· The Contractor shall provide the proper size stations, allowing for the entry and exit of rodents and small mammals. The Contractor shall properly secure and maintain installed bait boxes to reduce bait consumption risk by non-target species. •· The Contractor shall place bait boxes discreetly, and in a well-planned strategy. The Contractor shall map the location of all bait boxes and submit copies to the COR upon installation and following any location change(s). The Contractor shall immediately remove bait boxes from the premises if/when taken out of service. •· Bait stations placed within the columbarium courts shall appear as decorative rocks. •· The contractor shall provide the COR two keys for each type of bait station used. •· Interior Maintenance Requirements: The Contractor shall set up, refill and/or replace remove indoor rodent and/or bait stations or traps at ANC and USSAHNC as needed or per consultation with COR. The contractor shall record the date the bait station was inspected or refilled on an inspection record card left inside the bait station. The contractor shall provide the COR two keys for each type of rodent bait station used. •· Contractor shall submit a weekly maintenance report identifying services performed and pesticides applied to the COR. •· Contractor shall submit monthly Labels and Material Safety Data Sheets (MSDS) to the COR. •· Due to the high visibility and high traffic usage in the Memorial Amphitheatre, the Contractor shall treat the facility for nuisance insects to include clover mites forty eight (48) to seventy two (72) hours preceding Memorial Day, unless otherwise informed •· The Contractor shall visit ANC and USSAHNC as often as necessary to maintain the outdoor rodent bait stations throughout the contract period. The Contractor shall inspect, refill the bait stations, and replace damaged stations as necessary. All bait stations shall be inspected at least once every 2 weeks. Contractor will ensure that all bait stations are maintained with fresh bait and replace any damaged bait boxes as needed. The date each box was inspected and baits replaced will be recorded on an inspection card placed inside each station. The Contractor shall report to the COR or alternate prior to each visit to review the cemetery funeral and ceremony schedules, as well as any recent pest activity. The Contractor shall maintain and submit a maintenance and inspection weekly report. •· The Contractor shall monitor and provide spot pest control throughout the buildings and shops at both cemeteries as needed. •· The Contractor shall monitor and provide spot pest control throughout the buildings and shops at both cemeteries as needed. •· Spraying/Fogging: The Contractor shall spray or use fogging for insect control at ANC or USSAHNC as determined by the COR IAW Federal and State guidelines/regulations. The Contractor shall spray or use fogging only after other pest control methods have failed and as necessary to ensure the health and safety of people, and or the propriety of ceremonies or visits. Any spraying or fogging shall be approved by the COR. •· Disposal: The Contractor shall remove all used containers and old stations/traps from the cemeteries and dispose of IAW Local, State, and DOD regulations and policy, upon completion of visit. Disposal guidance can be found at the Integrated Pest Management Program website. •· Pest Control Response: The Contractor shall provide same day services for pest control emergencies upon notification by the COR. •· Trap and Release Mammals: The Contractor shall set up the necessary number of traps, the day of notification, at areas identified by the COR or alternate COR for any suspected pests such as Raccoons, Foxes, Squirrels or any animals of that nature. The Contractor shall monitor the trap 2 times daily for five (5) consecutive calendar days subsequent to the trap(s) being set. The traps shall be of appropriate type for capturing identified species and shall not harm the animal(s) captured. The contractor shall remove or close the traps when the ambient temperature in the shade is above 90 degrees Fahrenheit, below 50 degrees Fahrenheit, or during periods of high winds or precipitation. The Contractor shall transport captured animals to a site off the cemetery property and humanely euthanize the captured animal(s) within 1- 2 hours after discovery. . The method of euthanasia shall comply with the American Veterinary Medical Association Guidelines for the Euthanasia of Animals (2013). The contractor shall dispose of animal remains off site from the cemetery. •· Contractor Manpower Report (CMR): "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for ANC via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/. •· Liability and Responsibility for Damaged Property •· Accident Reporting: The Contractor shall maintain an accurate record of accidents resulting in injury or death and accidents resulting in damage to Government property, supplies, and equipment. The Contractor shall report accidents IAW the requirements indicated in AR 385-40, Accident Reporting and Records. The Contractor shall notify the Contracting Officer and COR within 1 to 24 hours depending on the severity of the incident. •· Damage to Government Property: The Contractor shall be held liable for damage or destruction of Government property (e.g. buildings, vehicles, sidewalks, headstones, etc.) caused by the Contractor, Contractor personnel or representatives of the Contractor in the performance of services in this contract. •· Damage to Privately Owned Property: The Contractor shall be held liable for damage or destruction of privately owned property (e.g. privately owned vehicles), as defined in this PWS, caused by the Contractor, Contractor personnel or representatives of the Contractor in the performance of services in this contract. The Contractor shall take corrective action in a reasonable amount of time to repair damages or replace destroyed property. •· Damage Reports: The Contractor shall submit a damage report to the COR or alternate COR with 24 hours of damage or destruction to Government property or privately owned property caused by the Contractor, Contractor personnel or representatives of the Contractor. The damage report shall detail the facts and the extent of damages or destruction and the corrective action taken by the Contractor to repair damages or replace destroyed property. •· •· Safety: The Contractor shall safeguard and maintain all Government property as well as provide for the safety and well-being of personnel employed in the administration of this contract in accordance with Occupational Safety and Health Administration (OSHA). The Contractor shall be responsible and liable for, following all applicable OSHA Government mandates and guidelines; and ensuring safe work and otherwise safe actions, behavior, and conduct of employees while at ANC. The Contractor shall comply with the provision of AR 385-10, Army Safety Program. The Contractor shall have a designated safety representative who shall meet quarterly with the COR and the Safety Manager of ANC. The Contractor shall hold the Government harmless for any action on its part or that of its employees, sub- Contractors or Contractor's representatives, which results in illness, injury, or death to anyone on the Cemetery grounds. •· •· The Contractor shall have a company safety plan applicable to the work at ANC and USSAHNC. The Contractor shall submit the Safety Plan ten (10) days after award. Revisions shall be submitted to the COR for approval five (5) calendar days prior to effective date of change. The Contractor shall have a designated safety representative who shall meet as necessary with the COR and the ANC Safety Office. •· •· All safety violations identified by the ANC Safety Office POC shall be reported to the COR. In cases of life safety, the ANC Safety Office may act independently to mitigate the safety hazard and report to the COR when practical. In all cases of life safety issues, the Contractor shall report actions taken by the Contractor to the COR within one (1) hour; in all other cases, the Contractor shall report the safety issue to the COR within eight (8) hours of the incident. •· •· Occupational Safety and Health: The Contractor shall comply with the Occupational Safety and Health Administration (OSHA). The Contractor shall be responsible for ensuring adherence to all applicable State of Virginia, District of Columbia, and Federal rules and regulations. •· The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Packages must be submitted by 3:00 PM, 28 February 2019. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 561710 with a size standard of $11,000,000 are encouraged to submit their capability packages. The capability packages for this source sought is not a proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. Capability packages must not exceed five (5) pages and must be submitted via e-mail to Nakia E. Gregory at Nakia.e.gregory.civ@mail.mil at no cost or obligation to the Government. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of small business interest concerns for this procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code Nakia E. Gregory, at nakia.e.gregory.civ@mail.mil for this procurement. All amendments will be posted and must be retrieved from this website. "Responses to the Sources Sought must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. No phone calls will be accepted. Contractors are responsible for all costs for submitting their capability packages. POC is Nakia E. Gregory, at Nakia.e.gregory.civ@mail.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »