S--Copy of Bed Bugs Remediation and Canine Inspection Services

expired opportunity(Expired)
From: Federal Government(Federal)
36C25019Q1424

Basic Details

started - 29 Aug, 2019 (about 4 years ago)

Start Date

29 Aug, 2019 (about 4 years ago)
due - 06 Sep, 2019 (about 4 years ago)

Due Date

06 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25019Q1424

Identifier

36C25019Q1424
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103381)VETERANS AFFAIRS, DEPARTMENT OF (103381)250-NETWORK CONTRACT OFFICE 10 (36C250) (5700)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT ANNOUNCEMENT This Sources Sought announcement is issued solely for informational and planning purposes only. It does not constitute the issuance of a solicitation or a promise to issue a solicitation in the future. The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN 10), Richard L Roudebush VA Medical Center located in Indianapolis, IN requires contractor to perform the tasks associated with bed bug remediation and canine inspection services for the interior of the Veterans Health Indiana hospital campus located at 1481 W 10th Street Indianapolis, IN 46202 and support facilities. A draft Statement of Work has been provided in this announcement. This is a draft only and subject to change. The anticipated type of contract will be Firm Fixed Price. The Government wishes to enter into a contract with a base year and two (2), one-year options to be exercised at the Government s discretion. The applicable NAICS for this service is: 561710
Extermination and Pest Control Services ($11 million- SBA Size Standard). To be considered for this requirement, Contractors must be registered in the System for Award Management (SAM - https://www.sam.gov). Any Contractor interested in this requirement should include the following information: 1. Company Information (business name, DUNS number, business size/category, GSA schedule if applicable) 2. Capability Statement (brief background of capabilities, resources, experience, etc.). This information will be used to determine the capability of the interested Contractors for set-aside determinations. 3. Contact information (POC name, email, and phone) The closing time/date for responses is 12:00 PM EDT, September 6, 2019 All responses to this sources sought notice shall be submitted to the following: Point of Contact: Olalekan Ismail E-mail: olalekan.ismail@va.gov This sources sought notice is for market research purposes only. This request does not commit the Government to contract for any supply or service whatsoever. At this time, The Department of Veteran Affairs is not seeking quotes, and will not accept unsolicited quotes. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this Request for Information. All costs associated with responding to this request will be solely at the responding party's expense. Responses to this request will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this request does not preclude participation in any future solicitations. Responses to this notice are not quotes and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (https://www.fbo.gov/ ) site for additional information pertaining to this request. DRAFT STATEMENT OF WORK BED BUG REMEDIATION & CANINE INSPECTION SERVICES A. GENERAL: The Contractor shall provide all labor, management, laboratory testing, tools, supplies, equipment, transportation, and labor to perform the tasks associated with bed bug remediation and canine inspection services for the interior of the Veterans Health Indiana hospital campus located at 1481 W 10th Street Indianapolis, IN 46202 (herein referred to as VHI), support facilities (identified in Section L), and interior of all Government owned vehicles assigned to VHI and support facilities in a manner that ensures the health and general well-being of patients, staff, and visitors. The Government s goal is to ensure a pest-free environment that will focus on significantly minimizing pest sightings and eliminating pest infestations within the confines of each building on the VHI campus and support facilities. All services provided shall be performed by a licensed/certified Pest Control Operator (PCO). PCO shall be available to be onsite each workday for services covered in this statement of work. The Government does not require someone onsite at all times, however, the Contractor must be available to be onsite within the response timeframes as listed in the Statement of Work and for any inspections, maintenance, treatment, and any other service outlined in the SOW. Contractor shall have access to a certified entomologist at the PhD level to aide in the proper identification of pests. Proper identification is required to accurately target specific pests in accordance with an IPM system. B. WORK SCHEDULE: Normal Work Hours: 8:00am 4:30pm EST (local time), Monday through Friday. Hours outside of this schedule may be required for remediation or canine inspections. National Holidays: Services may be necessary during national holidays. The ten (10) 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. Emergency Hours: The Contractor/PCO shall be available, on call (able to respond within two (2) hours), at all times outside of the normal work hours for emergencies. C. DESCRIPTION / NARRATIVE: The healthcare setting demands a high level of sensitivity when addressing pest management concerns. Education: A well-educated staff able to identify pest entrances, harborages, and attractants on a campus wide scale. By educating the staff as to the reasons pests are present, how they are entering buildings, and to whom to report sightings and concerns, we exponentially increase our pest awareness and inspection coverage. Monitoring, and Trending Reports: The Contractor/PCO shall provide passive bed bug monitoring and detection service to all in-patient beds, as well as the emergency room, dialysis, Government owned vehicles, and at the Veterans House. - NOTE FOR GOVERNMENT OWNED VEHICLES: The Contractor shall be responsible for the interior of all Government owned vehicles assigned to VHI and support facilities identified in the Section L, to also include the vehicles assigned to the Richard L Roudebush VA Domiciliary, located at 9045 East 59th Street, Building #402, Indianapolis, IN 46216. The Contractor is not responsible for the VA Domiciliary structure. Treatment: Pesticides/insecticides: The focus of VHI is to reduce the number of chemicals utilized in the treatment of pests. However, it is sometimes necessary to use chemicals to ensure a pest-free environment. The Contractor/PCO shall coordinate with the COR, who in turn will coordinate with clinical and non-clinical staff to designate highly sensitive, sensitive, and non-sensitive areas of the facility regarding patient care/safety. All chemicals used within the facility shall be clearly marked for use against targeted pests. Whenever possible, essential oil-based pesticides shall be used in areas designated as highly sensitive and sensitive; essential oil-based pesticides leave no chemical residue. The Contractor/PCO shall communicate with staff when applying any chemical, oil based or otherwise, in their areas. Emphasis shall be given to exterior baiting and monitoring practices in conjunction with local, state, and federal regulations. Relatively low toxicity, non-volatile pesticides, such as baits and crack-and crevice applications, are preferred. The Contractor/PCO shall coordinate with staff to ensure that no one is present when chemicals are used. Furthermore, this coordination shall also ensure that the area is not opened to anyone until all odors and vapors have dissipated. The Contractor/PCO shall be responsible for maintaining a detailed and accurate record of all chemical applications used throughout the facility for a period of no less than three (3) years. D. 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. At a minimum, the Contractor shall maintain a Category 7a certification with the Office of Indiana State Chemist. Information on the requirements for this certification can be found here: http://oisc.purdue.edu/pesticide/continuing_certification_program.html#categories 2) The Contractor shall provide Bed Bug canine detection services, and certificate to include at minimum the date inspected, certification accreditation of both canine and its handler, and the outcome of the inspection in such a format as to be displayed to all visitors once weekly. The canines shall inspect as required by the Government. Bed bug canine inspections may include nine (9) floors and the basement, be limited to patient care areas, and patient care support areas (i.e. Linen Room). Canine inspections should be completed on weekends or after hours (after 4:30 p.m.). The Contractor shall work with EMS Management (Chief, Assistant Chief, and Foremen) to create a schedule that works for the facility to have minimal disruption to Veteran services. a) Bed bug remediation shall be provided by the contractor on an as needed basis. Bed bug remediation refers to the full treatment of a verified bed bug infestation. b) Bed bug sightings shall be responded to within the established two (2) hour time frame. E. EMERGENCIES: The Contractor shall respond to emergencies within ONE (1) hour after notification by the CO or his/her designee. The Contractor shall report to perform necessary services no more than TWO (2) hours after notification or within mutually agreed upon time between. A pest emergency refers to any sighting that may have an immediate harmful impact to patients or staff, which if not treated immediately could jeopardize the health and safety of patients, staff, and visitors. Contractor shall respond within two (2) hours for an emergency pest management issue. F. SAFETY FACTORS: All treatments must be approved by the CO and shall be placed only at times and in the areas approved by the CO. No pest control material or trap shall be placed where it can be recovered by patients, nor shall any such material be allowed to contact food or cooking utensils. Safety Data Sheet (SDS) for any chemical treatment must be provided to the CO before initial application. If chemical treatment is used, the following shall be documented: The name of the PCO who applied the chemical treatment. The location, by building and room number where each application occurred. The pest(s) against which the chemical treatment is intended to control. The date and time of treatment. The trade name and/or brand name of the chemical applied. The rate of application or amount of the pesticide applied, and the total area treated. G. STORAGE OF PEST CONTROL MATERIALS: Storage of pest control materials or equipment at the VHI is prohibited without the written approval of the CO. I. REQUIRED CONTRACTOR REPORTING: The Contractor is responsible for completing and submitting all reports required or requested by Federal, State, and/or local ordinances, which pertain to any duties contained in the contract. The Contractor is responsible for all reports mentioned throughout this statement of work. The Contractor shall provide to the CO, 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 Safety Data Sheet (SDS). The Government shall utilize the reports provided by the Contractor to the Government to monitor and confirm contractor performance in accordance with the requirements of this contract. Failure to provide said reports may result in an unsatisfactory performance rating. J. CONTRACTOR PERSONNEL BADGES AND PARKING: The Contractor shall provide the CO with a list of all contractor personnel expected to be on VA premises to provide the services of this contract. 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. An identification badge shall be given to all contractor personnel before the services of this contract will begin. The contractor personnel must safeguard the identification badge and immediately report any lost, stolen, or destroyed badges to the CO. All contract personnel must properly display their identification badge. Identification badges must be worn at or above the waist (facing forward). The contractor personnel must return the identification badge to the CO when the personnel is no longer providing the services. The Contractor shall be required to comply with all security policies/requirements of VHI. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Contractor personnel that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility CO. VHI does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. K. INTERFERENCE TO NORMAL FUNCTION: The Contractor may be required to interrupt their work at any time 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, these contracted services may be stopped and rescheduled at no additional cost to the government. The Contractor shall inform the CO of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling shall be made with CO or designee. L. LOCATIONS OF SERVICE The Contractor shall provide service at the following locations below. Approximate square footage figures are included below each site. A. Richard L Roudebush VA Medical Center 1481 W. 10th Street Indianapolis, IN 46020 Outer Buildings at VHI Include Buildings 5, 19, 21, 6, 33, Chiller Plant, Warehouse, Sterile Processing Services. Total approximate square footage: 800,000ft2 Total in-patient beds: 159 Total approximate square footage: 75,800ft2 B. Cold Springs Road Support Facilities 2669 Cold Spring Road Indianapolis, IN 46222 Outer Buildings at Cold Springs Road location includes Buildings 5, 7, 9, Veterans House, Coumadin Clinic, and Warehouse Total approximate square footage: 75,000ft2 C. Landmark Building 1099 N. Meridian Street Indianapolis, IN 46204 Total approximate square footage: 5,000ft2 D. Wakeman CBOC Camp Atterbury Building 1010 & 1012 3791 10th Street Edinburgh, IN 46124 Total approximate square footage: 10,400ft2 E. Lafayette CBOC 3851 N. River Road West Lafayette, IN 47906 Total approximate square footage: 7000ft2 F. Bloomington Mental Health Clinic 1320 Arch Haven Avenue, Suite A Bloomington, IN 47403 Total approximate square footage: 3040ft2 G. Terre Haute Mental Health Clinic 110 West Honey Creek Parkway Terre Haute, IN 47802 Total approximate square footage: 3552ft2 H. Martinsville Community Based Outpatient Clinic 2200 John R Wooden Drive Martinsville, IN 46151 Total approximate square footage: 3859ft2 Indy West VA Clinic 3850 Shore Drive Indianapolis, IN 46254 Total approximate square footage: 10,000 VA Domiciliary 9045 E. 59th Street, Bldg. 409 Indianapolis, IN 46216 Total approximate square footage: 37,000 Shelbyville VA Clinic 30 West Rampart Street Shelbyville, IN 46716 Total approximate square footage: 5,800

Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240Location

Place Of Performance : Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240

Country : United StatesState : Indiana

You may also like

RFP# 182174650SL Bed Bug Treatment & Inspection Services

Due: 29 Apr, 2024 (Tomorrow)Agency: Virginia Commonwealth University

RFP# 182174650SL Bed Bug Treatment & Inspection Services

Due: 29 Apr, 2024 (Tomorrow)Agency: Virginia Commonwealth University

Classification

561 -- Administrative and Support Services/561710 -- Exterminating and Pest Control Services
naicsCode 561710Exterminating and Pest Control Services
pscCode SLandscaping/Groundskeeping Services