S--FY20 Pest Control Biloxi
Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMM... Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25620Q0069 Posted Date: 11/25/2019 Original Response Date: 12/11/2019 Current Response Date: 12/11/2019 Product or Service Code: S207 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 561710 Contracting Office Address Network Contracting Office 16 510 East Stoner Ave. Shreveport, LA 71101 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06 (effective 10/10/2019). The associated North American Industrial Classification System (NAICS) code for this procurement is 561710, with a small business size standard of 20.5 Million. The Gulf Coast Veterans Health Care System (GCVHCS) is seeking to purchase Pest Control Services. All interested companies shall provide quotations for the following: STATEMENT OF WORK PEST CONTROL SERVICES DESCRIPTION The Gulf Coast Veterans Health Care System (GCVHCS) which includes the VA Medical Center Biloxi MS, Joint Ambulatory Care Center (JACC), Pensacola, FL; Eglin VA Clinic, Eglin Air Force Base (AFB), FL., Magnolia (OPC) Panama City, FL has a need for Integrated Pest Management Services (IPMS) that are a part of a comprehensive Integrated Pest Management (IPM) program. IPM is a process for achieving long term, environmentally sound pest suppression through the use of a wide variety of technological and management practices. Control strategies in an IPM program extend beyond the application of pesticides to include structural and procedural modifications that reduce the food, water, harborage, and access used by pests. Contractor provided IPMS will be utilized as stated within Statement of Work. IPMS will be utilized in all grounds, interior and exterior of all buildings herein the GCVHCS. IPMS REQUIREMENTS Contractor shall furnish all supervision, labor, materials, and equipment necessary to accomplish the surveillance, trapping, treatment, pesticide application, and pest removal components of the IPM program. The Contractor shall provide detailed, site-specific recommendations for structural and procedural modifications to aid in pest prevention during normal business hours of 8:00am to 4:30pm, Monday through Friday excluding the 10 holidays observed by the Federal Government, and any other day specifically declared by the President of the United States to be a national holiday. Any work that needs to take place outside of the scope of normal business hours shall be approved by the Contracting Officer s Representative (COR) (or other authorized designee/representative) prior to the commencement of work. The contractor shall provide services at the following locations: Gulf Coast Veterans Health Care System, 400 Veterans Avenue, Biloxi, MS 39531 Joint Ambulatory Care Center (JACC) 790 Veterans Way, Pensacola, FL 32507 Eglin VA Clinic, 100 Veterans Way, Eglin Air Force Base, FL 32542 Panama City Beach VA Clinic, 2600 Veterans Way (Magnolia Beach Road) Panama City Beach, FL 32408 Contractor shall meet the performance expectations of the client in eradicating and suppressing the following pests: Indoor populations of rats, mice, wasps, cockroaches, ants, flies, spiders, and any other arthropod or common pest including bed bugs. Pests that are located outside of the specified buildings, but within the property boundaries of the buildings including: live animals, raccoons, snakes, woodchucks, etc. Contractor must have capacity to eradicate bed bug infestation by means of convection heat treatment method Must be able to furnish and operate Heat Unit(s) and fan(s) equipment to raise room temperature above 120 degree Fahrenheit and hold temperatures at that rate for minimum of five hours Must be able to provide same day heat treatment within four (4) hours of notification of positive bed bug sighting. Notification will be given during normal business hours 8:00AM 4:30PM, Monday - Friday. Must be able to treat a minimum of 2,000 sq. ft in same day service. Contractor must be able to provide same day emergency pest control services within one (1) hour of notification by telephone or email. Notification will be given during normal business hours 8:00AM 4:30PM. Same day treatment includes: Bed bug inspection by Pest Technician or K-9 Other pest emergencies as identified by COR Contractor shall within 12 hours after receipt of notification by the Contracting Officer or his/her representative, and at no additional charge to the Government re-treat previously treated areas when inadequate control (as per specifications) are obtained. Contractor shall submit a list of pesticides for intended use in critical areas for approval by the Chief, EMS, prior to any application. The planned use of pesticides in these areas requires recognition of the attendant hazards to occupants, supplies, equipment, and surfaces. No substitution can be made at any time without prior approval from Chief, EMS. Critical Areas (As determined by local medical facility and G-3, M-l, Part VII Guidelines) are as follows: Pharmacy, Research Facilities, Operating Rooms, Intensive Care Units, Respiratory Care Areas, SPD, Hemodialysis, Community Living Center Contractor must treat the following unoccupied buildings listed: Utility Rooms, Crawl spaces under structures, Water Valve Pits (spray for black widow spiders), Mechanical Areas Contractor must treat housekeeping closets monthly. Contractor will install/Furnish Insect Light Traps (ITL) in locations denoted on Attachment 1 as needed. Light trapping equipment must be offered in different sizes for different applications. All ITL must have COR approval before hanging. Contractor shall report to: GCVHCS: 400 Veterans Ave. Biloxi, MS. 39531. Building 3, Room 1D104. JACC: 790 Veterans Way. Pensacola, FL. 32507. Room 1D112 Eglin Outpatient Clinic: 100 Veterans Way, Eglin AFB, FL. 32542. Room 191 Panama City (Magnolia) Outpatient Clinic: 2600 Veterans Way (Magnolia Beach Road) Panama City Beach, FL 32408. Room 1B117 on scheduled days, for information in regard to location of infestation and for pest work orders submitted. They will submit a written report of all activities following each visit and enter said report in a log book kept in the office, with the signature of the COR or designee responsible. The contractor shall furnish the following pest management documentation weekly/monthly: The name and address of the individual who applied the pesticide. The location, by building and room number where each pesticide was supplied. 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. All IPM Services performed during the work shift shall be documented and submitted to the Chief, EMS or his/her designee. Only certified operators designated by the Contractor may perform work under the contract. Such operators must bear the Contractor's signed designation. They shall have visible on their person identifying uniforms bearing the individual's name and the company name so that they may be easily recognizable at all times. They should also have a GCVHCS badge identifying them as a Vendor. On each visit, the operator(s) shall report to the Chief, EMS or his/her designee prior to performing any work. Each building must be sprayed with protective outer pesticide around perimeter of building (at minimum of three feet up and three feet out) annually. Each facility/building must be equipped with catch-all mouse trapping stations at each entrance, which are meant to capture small pests prior to entry into facilities. Quarterly K-9 bed bug inspections will be performed Buildings 14, 15, 19, 25, and 30. Food handling areas shall be treated twice monthly but limited to only times when food is not being held, processed, prepared, served, and while not occupied by facility employees. These areas are to be treated on the 1st and 3rd Wednesday nights between the hours of 8PM and Midnight after normal business hours and are subject to additional treatments if necessary. This is to include the Starbuck s location dining rooms, and vending machine areas. Contractor will make recommendation for termite control only if conditions are noted. COR will determine on a case by case situation. SCHEDULE OF IPMS See Attachment 1 Installation Services include set up of ITL, catch all stations, and perimeter residual application to all buildings listed in Attachment 1. The pest control agent will work at Gulf Coast Veterans Health Care System (Biloxi, MS, Pensacola, FL, Eglin AFB, FL, Panama City, FL) and shall treat all areas with a thirty (30) day residual chemical and anticoagulant bait for rodent control. The chemical used may vary but will conform to the Environmental Protection Agency's chemical standards. Outside pest control treatment for mosquitoes will be completed after normal working hours during the months of April through September. Pest management tasks will be scheduled to be performed on definite appointed days and in no event shall the Contractor carry on work outside regular "agreed-upon" working days without prior approval of the Chief, Environmental Management Service (EMS). Contractor will provide outdoor bait stations for rodents that will be inspected weekly. COMPLIANCE/ REGULATIONS Contractor shall obey all Environmental Protection Agency (EPA) regulations. Every pesticide bought, sold, or used in the United States must, by law, be registered by the U.S. EPA and in each of the sates. EPA approves not only the product itself, but also each separate use for which it is intended, and the product label. Contractor is responsible for applying only those pesticides that are registered. Contractor shall obey all Department of Transportation (DOT) regulations. Shipment of pesticides and other dangerous substances across state lines is regulated by the federal DOT. Contractor shall obey all Occupational Safety and Health Administration (OSHA) regulations. Contractor shall be required to furnish to the Gulf Coast Veterans Health Care System (prior to initial application of pesticides) the trade names (if any) and the chemical names of the chemical used and a label showing the contents, the strength of the chemical (ratio) and the antidote thereof (Safety Data Sheets). Contractor shall furnish the same information each time he changes chemicals or products to be used in the performance of this contract. This information is required by the medical center in the event emergency treatment is required by accidental ingestion or and/or contact with the material by humans. No pest control materials or equipment shall be stored on the Medical Center grounds which the operator is not working with, without the express approval of the COR. Contractor shall be appropriately licensed and permitted in the State of Mississippi and Florida to perform pest control services, including wood destroying insect evaluation and control. Must have current knowledge and recent experience in the commercial application of pest control treatments and execution of pest control services. Contractor will provide a list of current and past pest control contracts held with reference information provided. If the contractor is not the primary company providing pest management they must provide the name, information and certification of the sub-contractor. INSPECTION The right is reserved to thoroughly inspect and investigate the contractor s vehicles, equipment, business reputation, past performance history and other qualifications, and to reject any offer, irrespective of price, if it shall be administratively determined lacking any of the essential necessary to assure acceptable standards of performance. PERFORMANCE REQUIREMENTS SUMMARY The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These minimums do not relieve the contractor from performing 100% of all work requirements, nor all other PWS requirements. These thresholds are critical to mission success. Work must be accomplished according to the terms, conditions and specifications stated in the contract. Task ID Indicator Standard Acceptable Quality Level Method of Surveillance Incentive Rating General 1 Eradicating and suppressing pest. See paragraph 2 (a) and 2 (b). No more than 2 valid customer complaints per months. No more than 2 unsatisfactory inspections per month 100% Validated User/Customer Complaints Inspection Positive Past Performance & Exercise of Option Period 2 Eradicate bed bug infestation by means of convection heat treatment method. See paragraph 3. (a c) No more than 2 valid customer complaints per months. No more than 2 unsatisfactory inspections per month. 100% Validated User/Customer Complaints Inspection Positive Past Performance & Exercise of Option Period 3 Quarterly K-9 bed bug inspections will be performed Buildings 14, 15, 19, 25, and 30. See paragraph 16 No more than 2 valid customer complaints per months. No more than 2 unsatisfactory inspections per month. 100% Validated User/Customer Complaints Inspection Positive Past Performance & Exercise of Option Period 4 Provide daily reports and records in accordance with the Statement of Work.. See paragraph 10 100% Compliance 100% Direct Observation Inspection Positive Past Performance & Exercise of Option Period Attachment 1 Area/Building Approximate Gross Square Footage Bldg. 1 Main Hospital, Chapel and Morgue 122,400 Bldg. 2 Prosthetic, C&P and Administrative Offices 76,170 Bldg. 2 Connecting Corridor 11,200 Bldg. 3 Emergency Dept., Surgery, Clinical Area and Administrative Offices 154,490 Bldg. 3a Extension East End-Boiler Plant 7,348 Bldg. 5 Residents Dorm 13,200 Bldg. 6 Directors Residence 3,000 Bldg. 7 Staff Residence 5,000 Bldg. 8 Resident Engineers 5,000 Bldg. 9 Old Warehouse 9,400 Bldg. 10 Engineering Administrative 8,200 Bldg. 12 Gate Shack 1,000 Bldg. 14 Blind Rehab 55,600 Bldg. 15 Community Living Center 98,913 Bldg. 16 FMS Carpenter and Preventive Maintenance 5,100 Bldg. 17 Recreation Service, Police Service and AFGE 15,670 Bldg. 18 Credit Union 2,520 Bldg. 19 Mental Health Administrative and PRRPT Program 76,170 Bldg. 21 Canteen, Kitchen and Dining 22,400 Bldg. 25 Mental Health 96,617 Bldg. 26 AM&M Warehouse and Administrative Offices 45,500 Bldg. 27 Heavy Equipment Mechanic Shop and GM Shop 5,280 Bldg. 28 Parking Garage 350,000 Bldg. 29 PM&RS 37,844 Bldg. 30 Primary Clinics 151,118 Bldg. 31 Laundry/Dietetics 79,435 Bldg. 33 Decon Station 960 Bldg. 44 Hot Water Plant 1,180 Bldg. 45 Paint Shop 2,000 Bldg. 50 FMS Maintenance Shops 9,600 Bldg. 51 Administrative, Virtual Employees 1,500 Bldg. 52 MAS Warehouse 4,780 Bldg. 53 Administrative Offices, Directors Suite, Human Resources 21,300 Bldg. 56 Bait Shack 400 Bldg. 86 Sign Shop 1,080 Bldg. 88 FMS/EMS Warehouse 9,000 Bldg. T-102 Administrative Services and Hospital Home Based Care 20,000 Bldg. T-104 Work Force Development 1,900 Bldg. T-105 Work Force Development 1,900 Approximate total of gross square footage for Biloxi: 1,534,175 sq. ft* This is total square footage, not treatable square footage. Bldg./Eglin Clinic, clinic grounds (Eglin AFB, FL) 34,000 sq. ft. Bldg./JACC at Pensacola and clinic grounds (Pensacola, FL) 210,000 sq. ft Magnolia OPC clinic grounds (Panama City, FL) 30,000 sq. ft Approximate total of gross square footage for all: 1,808,175 sq. ft Contractor will provide a per treatable square foot price (based on each floor for multi-level buildings.) B.3 PRICE SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 10.00 MO ____________ _____________ Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Base POP Begin: 12-01-2019 POP End: 09-30-2020 0002 2.00 JB ____________ _____________ Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work. Contract Period: Base POP Begin: 12-01-2019 POP End: 09-30-2020 0003 4.00 JB ____________ _____________ Quarterly canine inspection of 120 rooms in accordance with Statement of Work. Contract Period: Base POP Begin: 12-01-2019 POP End: 09-30-2020 0004 4.00 JB ____________ _____________ Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work. Contract Period: Base POP Begin: 12-01-2019 POP End: 09-30-2020 0005 4.00 JB ____________ _____________ Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Base POP Begin: 12-01-2019 POP End: 09-30-2020 SUBTOTAL BASE YEAR _____________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12.00 MO ____________ _____________ Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 1 POP Begin: 10-01-2020 POP End: 09-30-2021 1002 2.00 JB ____________ _____________ Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work. Contract Period: Option 1 POP Begin: 10-01-2020 POP End: 09-30-2021 1003 4.00 JB ____________ _____________ Quarterly canine inspection of 120 rooms in accordance with Statement of Work. Contract Period: Option 1 POP Begin: 10-01-2020 POP End: 09-30-2021 1004 4.00 JB ____________ _____________ Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work. Contract Period: Option 1 POP Begin: 10-01-2020 POP End: 09-30-2021 1005 4.00 JB ____________ _____________ Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 1 POP Begin: 10-01-2020 POP End: 09-30-2021 SUBTOTAL OPTION 1 _____________ SUBTOTAL BASE YEAR & OPTION 1 _____________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 12.00 MO ____________ _____________ Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 2 POP Begin: 10-01-2021 POP End: 09-30-2022 2002 2.00 JB ____________ _____________ Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work. Contract Period: Option 2 POP Begin: 10-01-2021 POP End: 09-30-2022 2003 4.00 JB ____________ _____________ Quarterly canine inspection of 120 rooms in accordance with Statement of Work. Contract Period: Option 2 POP Begin: 10-01-2021 POP End: 09-30-2022 2004 4.00 JB ____________ _____________ Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work. Contract Period: Option 2 POP Begin: 10-01-2021 POP End: 09-30-2022 2005 4.00 JB ____________ _____________ Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 2 POP Begin: 10-01-2021 POP End: 09-30-2022 SUBTOTAL OPTION 2 _____________ SUBTOTAL BASE, OPTION 1 & OPTION 2 _____________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 12.00 MO ____________ _____________ Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 3 POP Begin: 10-01-2022 POP End: 09-30-2023 3002 2.00 JB ____________ _____________ Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work. Contract Period: Option 3 POP Begin: 10-01-2022 POP End: 09-30-2023 3003 4.00 JB ____________ _____________ Quarterly canine inspection of 120 rooms in accordance with Statement of Work. Contract Period: Option 3 POP Begin: 10-01-2022 POP End: 09-30-2023 3004 4.00 JB ____________ _____________ Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work. Contract Period: Option 3 POP Begin: 10-01-2022 POP End: 09-30-2023 3005 4.00 JB ____________ _____________ Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 3 POP Begin: 10-01-2022 POP End: 09-30-2023 SUBTOTAL OPTION 3 SUBTOTAL BASE YEAR, OPTION 1, OPTION 2, OPTION 3 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 12.00 MO ____________ _____________ Integrated Pest Management Services all locations in accordance with Statement of Work. Contract Period: Option 4 POP Begin: 10-01-2023 POP End: 09-30-2024 4002 2.00 JB ____________ _____________ Bi-annual Fly Light Replacement Bulbs in accordance with Statement of Work. Contract Period: Option 4 POP Begin: 10-01-2023 POP End: 09-30-2024 4003 4.00 JB ____________ _____________ Quarterly canine inspection of 120 rooms in accordance with Statement of Work. Contract Period: Option 3 POP Begin: 10-01-2023 POP End: 09-30-2024 4004 4.00 JB ____________ _____________ Quarterly termite bait station monitoring, Bldg. 85 & 86, in accordance with Statement of Work. Contract Period: Option 4 POP Begin: 10-01-2023 POP End: 09-30-2024 4005 4.00 JB ____________ _____________ Quarterly termite bait station monitoring Bldg. 6,7 & 8, in accordance with Statement of Work. Contract Period: Option 4 POP Begin: 10-01-2023 POP End: 09-30-2024 SUBTOTAL OPTION 4 _____________ NOTE: FAR 52.217-8 Option to Extend Services , not to exceed six (6) months in total for this contract. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. GRAND TOTAL BASE AND ALL OPTIONS _____________ Award shall be made to the quoter whose quotation conforming to the solicitation will be most advantageous to the Government considering technical capability, while also providing a competitive price. The Government will evaluate information based on the following evaluation criteria: Evaluation and ward will be conducted in accordance with the requirements of FAR 13.106-2 (b)(3). The quote will undergo a comparative evaluation to determine which contractor provides the vest value to the Government, in terms of technical capability, while also providing a competitive price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of Provision) 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. EVALUATION PROCEDURES AND AWARD (b) Evaluation and award will be conducted in accordance with the requirements of FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which contractor provides the best value to the government in terms of technical capability, while also providing a competitive price. For quotes to be considered acceptable and eligible for evaluation, they must be prepared in accordance with and in compliance with the instructions given in this solicitation and address all the requirements set forth within this solicitation. The Government does not anticipate requesting revisions to quotes, so Quoter s should provide their best quote in the response to this solicitation. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical and or prices aspects of the quote, or to clarify aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all Quoter s. The Government will not be conducting "discussions" as defined in FAR Part 15. (c) Prospective Contractors are required to submit two separate evaluation documents in addition to all other documents required by this solicitation. If the parts are not submitted as separate documents, the quote will be considered non-responsive. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award. One (1) Part A - Content of the Non-Price Factors/Technical Part. The Quoter shall provide a technical approach that details how the requirements of the SOW will be accomplished. At a minimum, this shall include the following: 1. The intended strategy to complete all tasks as described in the SOW. A description of the company s technical ability to provide Integrated Pest Management Control services in accordance with the terms, conditions, specifications, and requirements of the solicitation and resulting contract. The narrative summary may describe the Contractor s capability, stability and strengths. 2. An account of the Quoter s comparable experience, in terms of size, scope, and complexity to the tasks described in the Statement of Work. 3. Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions section of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as to whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation. One (1) Part B Price and price related factors. 1. Price - The contractor shall provide a separate and complete price schedule as provided in the solicitation including all offered discounts.. See Section B3. 2. A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. (e) The Quoter must be registered and active in the System for Award Management ( www.sam.gov). A SDVOSB Quoter must be a CVE certified SDVOSB (www.vip.vetbiz.gov). (f) NUMBER OF AWARDS This is a 100% Small Disabled Veteran Owned Business Set Aside. The Government intends to issue a single award resulting from this solicitation. The Government will not separate tasks into multiple awards. (g) A written notice of award mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in an offer for award to the Quoter from the Government. The counter signed award from the Quoter to the Government will result in a binding contract between the two parties. (End of Provision) SUBMISSION INSTRUCTIONS (a) General Instructions (1) Electronic Submissions: Contractors must email their quote to Anthony Mitchell at anthony.mitchell4@va.gov. Include the solicitation number in the Subject line. Any attachments must be readable using Microsoft Office or Adobe PDF. The size of the email is limited to 5 megabytes (MB) but multiple emails are allowable. Quotes must be submitted electronically and will not be accepted through fax or postal mail. (2) All questions regarding this solicitation should be emailed to anthony.mitchell4@va.gov no later than 11:59 PM Central Standard Time (CST) December 4, 2019. (3) A site visit should not be necessary as all square footage and locations are listed in the Statement of Work. (b) Selection Process (1) Evaluations will be conducted under the procedures of FAR Part 13. (2) In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative analysis evaluation to determine which vendor provides the best value to the government in terms of high technical capability and past performance, while also providing a competitive price. (c) Quote Package Contents (1) The quote package should address all the information listed in the evaluation fa...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »