B510--VISN-Wide Consulting of Pest Management | NCO 4 Services 5 | EDA: TBD by Branch Chief | Status: (VA-24-00055931)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159790069174974
Posted Date: Mar 27, 2024
Due Date: Apr 15, 2024
Solicitation No: 36C24424Q0547
Source: Members Only
Follow
B510--VISN-Wide Consulting of Pest Management | NCO 4 Services 5 | EDA: TBD by Branch Chief | Status: (VA-24-00055931)
Active
Contract Opportunity
Notice ID
36C24424Q0547
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 27, 2024 01:21 pm EDT
  • Original Response Date: Apr 15, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: B510 - SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    VISN 4 Medical Centers, see SOO. ,
    USA
Description
VISN-Wide Consulting of Pest Management
Statement of Objectives/Request for information
PURPOSE
The intent of this Statement of Objectives (SOO)/ Request for Information (RFI) is to describe the auditing, consulting, evaluating, monitoring, and training of integrated pest control across the Veterans Integrated Service Network 04 (VISN4) and its medical centers. VISN4 is seeking a contractor that can provide efficient, all-encompassing environmental management services in pest control monitoring and analysis that meets industry standards and contract objectives.

SCOPE
The contractor shall be responsible for providing the personnel, equipment, management, and quality control plan (including measurable outcomes) necessary to effectively deliver required services. There are nine (9) medical centers
in VISN4 and each requires a thorough audit and analysis of how successfully it is meeting VA standards in pest control. This requires contractor personnel to review each medical center campus in-person.

PERIOD OF PERFORMANCE
Start date is to be determined. Contract anticipated to be one (1) base year and four (4) option years. Maximum end date of 5 years after award.

PLACES OF PERFORMANCE
VISN4 Medical Centers
Facility
Address
City
State
ZIP
Altoona
2907 Pleasant Valley Boulevard
Altoona
PA
16602
Butler
325 New Castle Road
Butler
PA
16001
353 North Duffy Road
Butler
PA
16001
Coatesville
1400 Black Horse Hill Road
Coatesville
PA
19320
Erie
135 East 38th Street
Erie
PA
16504
Lebanon
1700 South Lincoln Avenue
Lebanon
PA
17042
Philadelphia
3900 Woodland Avenue
Philadelphia
PA
19404
Pittsburgh
1010 Delafield Road (Heinz)
Pittsburgh
PA
15215
University Drive (UD Campus)
Pittsburgh
PA
15240
Wilkes Barre
1111 East End Boulevard
Wilkes Barre
PA
18711
Wilmington
1601 Kirkwood Highway
Wilmington
DE
19805

Background
Currently, each of the nine (9) VISN4 medical centers has its own integrated pest management plan (IPM) under the purview of a Pest Management Officer (government employee), as well as its own contracted agreement with a vendor for pest control services. These IPMs and vendor combinations have varying levels of success; with some being adequate and others falling well below an acceptable level. This disparity in effective pest control has led to the VISN requiring an independent audit of active IPMs and contracts to discover areas of improvement. The goal being adopting a formal audit process and fostering best practices to become compliant with VA directives.

PERFORMANCE OBJECTIVES
The Contractor shall provide services in accordance with the statement of work.
Contractor shall provide a quality assurance and inspection program that holds each medical center accountable for proper pest control. Each facility shall be audited; in which contractor shall provide formalized audit plan to be included with reports at least once per year. All subsequent years shall include a comparative analysis against the prior year s report.
Pest management operations must meet all requirements as identified in Public Law (Pub. L.) 92-516; Federal Insecticide, Fungicide and Rodenticide Act, dated November 28, 1975, as amended; VHA Handbook 1850.02 (Pest Management Operations) dated December 22, 2022, as amended; Executive Order 12088 (Federal Compliance with Pollution Control Standards); and OSHA standards regarding hazard communication, personal protective equipment, and exposure standards.
In order to create the quality assurance program, inspection program, and audit procedures, Contractor shall provide a licensed entomologist to conduct the physical inspection of each medical center campus. Contractor shall deliver reports on the entomologist s findings for each medical center to include at a minimum:
Description of the current state of pest infestation.
Analyzing areas of success and failure of the facility s IPM.
Providing recommendations on how each IPM can be improved, up to and including providing an IPM rewrite.
Suggestions on how, if necessary, each medical center can improve its locally awarded contracted pest control services. (i.e. The current situation, what is working, and what will need improved)
Contractor shall provide a facility risk assessment program to determine any underlying pest, structural, sanitation, or storage risk for contamination. Contractor shall conduct a thorough gap analysis of the pest management program. This includes FboNotice cause analysis and remedies required for total elimination of issues.
Contractor shall provide in-person and virtual training and education of VA personnel. (e.g., pest identification, exclusion strategies, practice audits)
Contractor shall document findings and submit reports to the designated VISN point of contact as well as each facility point of contact upon completion of services.
OPERATIONAL CONSTRAINTS
Contractor shall possess and provide proof of all necessary licenses, certifications, and insurance.
Contractor and its employees shall be legally able to work in the United States and aboard federal government property.
Contractor and its employees shall be able to communicate effectively in English.
Contractor personnel shall maintain proper decorum while operating on Medical Center campuses.
All services shall be provided during normal facility operating hours unless permission is granted otherwise in advance.
Contractor shall contact the facility point of contact (FPOC) at least three days prior to schedule services.
SUBMISSION CRITERIA

*To be clear, this request is not for pest control/elimination services and any responses containing this information will not be considered.
** To avoid a conflict of interest: any current contract holders with specifically VISN4, for pest elimination or similar consulting services, will not be considered for award.
***There are no incumbent or prior contracts for these services

Offerors must provide and demonstrate the ability to provide services using standard and accepted industry practices. The written plan must be provided as a single document (not to exceed 15 pages) with up to two (2) attachments (not to exceed 5 pages). The written plan shall conform to the standards of 12-point font and keep branding and images to a cover page. No pricing information should be included at this time nor will be considered. Questions will not be answered at this time. The submission may include but is not limited to:
A sample schedule of services; timeline of audit and write/submit corresponding report, per medical center and a proposed timeline of all (9) medical center completion.
Any applicable permits, licenses etc. applicable to the work to be performed.
Approach to providing recommended IPM or facility Standard Operating Procedure (SOP) improvements.
A comprehensive quality control plan.
A list of federal contracts with related requested services awarded to the vendor.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 27, 2024 01:21 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >