S207--Ant & Weed Treatment Tuscaloosa VAMC Base Plus 4
ID: 36C24724Q0677Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Ant and Weed Treatment Services at the Tuscaloosa VA Medical Center. The contract requires comprehensive labor, materials, and equipment to effectively manage weed and ant control across various campus areas, ensuring compliance with state and federal regulations. This procurement is vital for maintaining a safe and clean environment at the facility, with a contract duration of one base year plus four option years, extending from November 1, 2024, to October 31, 2029. Interested parties must submit their proposals by June 7, 2024, and can contact Elizabeth Gonzalez at Elizabeth.Gonzalez6@va.gov or 843-789-7566 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks a firm to provide pest control services for the Tuscaloosa VA Medical Center. This combined synopsis and solicitation outlines a firm-fixed price contract for ant and weed treatment across the medical center campus. The contract, with a base period of one year and three optional extensions, requires the successful bidder to manage weed control and, if needed, ant eradication. The services involve treating designated areas such as flower beds, playgrounds, and parking lots, following a detailed schedule of treatments throughout the year. The solicitation allows potential bidders access to attached documents specifying the work details, wage determinations, and relevant FAR provisions. Bidders must submit their offers by the designated response date, with the contract being awarded based on the government's evaluation of technical approach, relevant experience, past performance, and price.
    The document is an amendment to a previous combined solicitation for pest treatment services at the Tuscaloosa VA Medical Center. It is designated as solicitation number 36C24724Q0677, with a response deadline set for May 28, 2024, at 12:00 PM Eastern Time. The contracting office, part of the Department of Veterans Affairs located in Tucker, GA, is initiating this solicitation under the Small Business Administration’s Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside program. The product service code associated with this solicitation is S207, and it falls under the NAICS code 561710 which pertains to pest control services. The document specifies no recovery act funds are involved and emphasizes the competitive nature of securing bids from eligible service-disabled veteran-owned businesses. Additional communication details are provided, including contact person Elizabeth Gonzalez and her email. Attached documents contain further specifics regarding the solicitation amendment.
    This document serves as an amendment to solicitation RFQ#36C24724Q0677 issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Office. The amendment addresses key queries regarding the solicitation, particularly confirming a scheduled site visit on May 17, 2024, from 10:00 AM to 12:00 PM EST. Interested parties must contact designated personnel via email to arrange their attendance and provide necessary details for scheduling. The document emphasizes the requirement for bidders to acknowledge this amendment to avoid rejection of their offers. All remaining terms and conditions from the original solicitation remain unchanged. This amendment process is crucial for potential contractors to comply with federal procurement regulations and ensure clear communication in the bidding process, particularly regarding site visits and submission protocols.
    The document outlines amendments for Solicitation Number 36C24724Q0677 issued by the Department of Veterans Affairs (VA Network Contracting Office). The primary changes include extending the closing date for bids to June 7, 2024, and incorporating new attachments with Q&A responses and specific clauses regarding requirements for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The amendments underscore that only offers from businesses verified as SDVOSBs will be eligible for consideration and contract award. Key requirements specify that SDVOSB firms must meet ownership, control, and operational criteria as defined by relevant regulations. Additionally, the document emphasizes limitations on subcontracting and the importance of compliance with regulations to prevent firms from being deemed ineligible for awards. All terms and conditions not expressly altered remain unchanged, and the document mandates that signed amendments must accompany any submitted offers. This highlights the VA's commitment to promoting small businesses while ensuring adherence to regulatory frameworks within government procurement processes.
    The document serves as an amendment to solicitation number RFQ#36C24724Q0677 issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Office. The amendment extends the closing date for submitting bids from an unspecified date to June 30, 2024, at 3:00 PM EST. It emphasizes that all other terms and conditions of the original solicitation remain unchanged. Offerors are required to complete and return all amendments to ensure their bids are eligible for evaluation and award; failure to submit the signed amendment will result in ineligibility. This amendment reflects standard practices in federal procurement processes, ensuring transparency and adherence to procedural requirements for submitting bids within the framework of government RFPs.
    The Tuscaloosa VA Medical Center requires extensive weed and ant control treatments on its campus. The contractor must provide comprehensive labor, equipment, and materials to ensure effective eradication in various specified areas, including vegetation beds, play areas, and building perimeters. A valid Chemical Applicator License and personal protective equipment (PPE) are mandatory, and all work must comply with state, federal, OSHA, and EPA regulations. The contract extends for one base year (November 1, 2024 – October 31, 2025) with four additional option years. Services will be performed Monday through Friday during designated hours, with a focus on safeguarding government property and following invoicing protocols via a third-party system. Contractors must report any issues affecting performance promptly and document all results appropriately, adhering to safety guidelines. This request for proposals emphasizes the VA's commitment to maintaining a safe and clean environment for its facilities while ensuring contractors meet stringent regulatory standards.
    The document provides the Wage Determination No. 2015-4609, which outlines minimum wage rates and fringe benefits for contracts under the Service Contract Act (SCA) within specific areas in Alabama (Hale, Pickens, and Tuscaloosa counties). It specifies that contracts awarded after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay $12.90 per hour unless greater rates are prescribed. The document details various occupational classifications with associated wage rates, indicating ancillary requirements such as health and welfare benefits of $4.98 per hour and paid sick leave provisions under Executive Order 13706. It reinforces the mandatory holiday schedules and outlines processes for classifying unlisted occupations through the conformance process. This wage determination plays a critical role in ensuring compliance with labor laws for federal contracts, enhancing worker protections and wage standards across applicable sectors.
    This government solicitation document details contract clauses and provisions applicable to the acquisition of commercial items. It specifies that certain solicitation provisions are incorporated by reference, meaning they hold the same legal weight as if they were fully stated. Offerors are reminded to complete necessary representations and certifications electronically via the SAM website. Key provisions include FAR 52.212-1 for offeror instructions and FAR 52.212-3 for offeror representations, along with various contract clauses addressing compliance, employee rights, and subcontracting limitations. Significant clauses encompass regulations on labor practices, equal opportunity mandates, and stipulations regarding contracting with domestic and foreign entities. This solicitation ensures adherence to ethical and regulatory standards, emphasizing the importance of small business participation and compliance with federal statutes, particularly concerning labor rights and environmental considerations. Overall, the document serves as a guideline for offerors to understand their obligations and the necessary documentation for their proposals in compliance with federal regulations.
    The document provides responses to inquiries regarding a government Request for Proposals (RFP) for pest control services in Alabama. Key requirements include that prime contractors must hold a valid Alabama Custom Pesticide license and specific horticultural business licenses, including categories for Right of Way and Forest Pest Control. A site survey is scheduled for May 17th, and the period of performance for the contract remains from November 1, 2024, to October 31, 2025. The previous contract awarded $29,340.00 on September 30, 2019, is referenced for comparison, but any substantive changes in the scope of work must be requested through the Freedom of Information Act (FOIA). The document also mentions that pest control services must cover 10 acres at the Tuscaloosa VA campus, with in-house lawn maintenance scheduling depending on weather conditions. Additionally, it outlines a typical treatment schedule for ant and weed control throughout the year, emphasizing the importance of adhering to established protocols. This RFP highlights the government’s detailed requirements for pest management services, emphasizing compliance with state regulations and operational schedules.
    The provided document outlines the regulations and requirements regarding contracts set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) by the Department of Veterans Affairs (VA). It includes definitions of SDVOSB, eligibility criteria for offers, and restrictions on subcontracting. Key points include that an eligible firm must be at least 51% owned and controlled by service-disabled veterans, meet federal size standards, and be listed in the SBA certification database. Moreover, the document specifies limitations on subcontracting, stating that an SDVOSB contractor can only subcontract a certain percentage of the awarded contract amount to non-certified firms. For services, this is capped at 50%, while for general construction it is 85%, and for special trade contractors, it is 75%. The repercussions of misrepresentation by businesses regarding their SDVOSB status could lead to debarment from future contracts. In conclusion, the document reinforces the VA's commitment to supporting service-disabled veterans by ensuring compliance with set-aside contracts while maintaining integrity in the awarding process for federal grants and RFPs. The regulations are designed to provide opportunities for eligible businesses while promoting fair competition and accountability in government contracting.
    The document outlines a combined synopsis/solicitation for Ant & Weed Treatment Services issued by the U.S. Department of Veterans Affairs (VA) to meet the needs of the Tuscaloosa VA Medical Center. The solicitation (36C24724Q0677), posted on May 9, 2024, seeks submissions from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract involves labor, materials, and equipment to provide comprehensive weed and ant control across various campus areas. The evaluation will consider technical capability, experience, and price, with emphasis on technical factors. A total of four option periods for service are proposed, spanning from 2024 to 2029. Offerors must comply with registration requirements in the System for Award Management (SAM) and must be verified as SDVOSB. Proposals are due by June 7, 2024, following specific submission guidelines outlined in the document. The evaluation will prioritize offers that meet or exceed solicitation requirements, with awards made based on the best value to the government, taking into account both price and non-price factors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V112--HAZARDOUS WASTEPICK UP AND DISPOSAL FY25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hazardous waste pick-up and disposal services at the Hampton VA Medical Center in Virginia. The contract requires qualified contractors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to manage the collection and disposal of hazardous and universal waste, ensuring compliance with federal and state regulations. This service is crucial for maintaining environmental safety and regulatory adherence in healthcare settings, with the contract valued at approximately $47 million and spanning from October 1, 2024, through fiscal year 2029. Interested bidders should contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details and to ensure their proposals align with the outlined requirements.
    Combined Synopsis Solicitation Grounds Maintenance Washington Crossing National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for grounds maintenance services at the Washington Crossing National Cemetery. The procurement includes a base contract period from October 15, 2024, to October 14, 2025, with four optional one-year extensions, focusing on maintaining the cemetery's appearance and ensuring respectful care for those interred. This contract emphasizes the importance of adhering to federal regulations and operational standards while upholding the dignity of veterans' memorials. Interested contractors must submit detailed proposals by September 27, 2024, and can direct inquiries to Contracting Officer Antionette Collins at antionette.collins@va.gov.
    36C78624R50386 -- C213
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration (NCA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Annual Workplace Evaluations (AWEs) and Industrial Hygiene (IH) monitoring support across approximately 135 national cemeteries. The objective of this procurement is to ensure compliance with OSHA and VA safety standards by engaging a contractor with expertise in health and safety to conduct comprehensive evaluations and provide recommendations for hazard mitigation. This initiative is crucial for maintaining a safe working environment for NCA staff and visitors, reflecting the government's commitment to occupational safety. Interested contractors must submit their proposals by the specified deadline, with the contract period commencing on October 1, 2024, and lasting through September 30, 2025, including four optional renewal years. For further inquiries, potential bidders can contact Contract Specialist Paul Zagaruyka at paul.zagaruyka@va.gov.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    S218--Snow and Ice Removal Services at Northport VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for snow and ice removal services at the Northport VA Medical Center. The contract, which is a firm-fixed-price agreement, will cover the period from November 1, 2024, to March 31, 2025, with the possibility of four extensions, requiring the contractor to provide all necessary equipment, labor, and materials for effective snow and ice management to ensure accessibility to the facility. This procurement is vital for maintaining safe access during winter months and emphasizes the importance of employing service-disabled veteran-owned and veteran-owned small businesses as subcontractors, aligning with federal socioeconomic objectives. Interested parties must submit their proposals by the specified deadline following a mandatory site visit, and inquiries should be directed to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    Q517--Staffing Service Tucson
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP), specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract requires the provision of pharmacists, pharmacy technicians, and shipper/packer personnel to support the processing of over 15 million prescriptions annually, with a minimum guarantee of $4 million and a maximum value of $250 million over five ordering periods from April 1, 2023, to March 31, 2028. This procurement is critical for maintaining efficient pharmaceutical operations and ensuring compliance with federal regulations, including HIPAA. Interested contractors must submit their proposals by the newly established deadline of July 23, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov.
    Q517--Hazardous Compounding
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for hazardous compounding services to support the Gulf Coast Veterans Health Care System, specifically for providing compounded hazardous chemotherapy agents at its facilities in Biloxi, MS, and Pensacola, FL. The contract will be structured as a firm-fixed price, indefinite-delivery, indefinite-quantity agreement, with a base period from October 1, 2024, to September 30, 2025, and the option for four additional one-year extensions. This procurement is critical for ensuring the timely and compliant delivery of essential medical treatments to veterans, adhering to FDA and USP standards while emphasizing quality assurance and regulatory compliance. Interested contractors should submit their proposals and past performance questionnaires by 12 PM CT on September 20, 2024, and can direct inquiries to Contracting Officer Tina L. Harris at Tina.Harris3@va.gov.
    S205--NEW: ELP VA SOLID WASTE DISPOSAL | NEW REQUIREMENT | POP: 11/1/24-10/31/25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for solid waste disposal services at the El Paso VA Health Care System, with a contract period from November 1, 2024, to October 31, 2025, and options for four additional years. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with federal acquisition regulations, including wage determinations under the Service Contract Act. This contract, valued at approximately $47 million, is crucial for maintaining efficient waste management services that comply with federal and state regulations, ensuring the health and safety of the facility's operations. Interested parties must submit their offers via email to Contract Specialist Abduel Sanford at abduel.sanford@va.gov by the specified deadline, and must be registered in the System for Award Management and certified under the Veteran Small Business Certification program.
    DG10--Guest WIFI and Water Monitor System Services Huntington Veterans Administration Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Guest Wi-Fi and Water Monitor System Services at the Huntington Veterans Administration Medical Center. The procurement aims to establish a reliable network infrastructure that includes 24/7 remote support, proactive monitoring, and maintenance of the Wi-Fi and water monitoring systems, with a contract period extending from September 2024 through September 2029. This initiative is crucial for enhancing telecommunications capabilities within the medical center, ensuring compliance with security standards, and improving service delivery for patients and guests. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by August 19, 2024, with a total estimated contract value of $34 million. For further inquiries, vendors can contact Contracting Officer Trever Turcotte at Trever.Turcotte@va.gov or by phone at 240-215-8892.
    2024 NOXIOUS WEED ROW CONTROL & TREATMEN
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the 2024 Noxious Weed Right of Way (ROW) Control and Treatment project, specifically targeting invasive species management within the Navajo Nation. The project involves controlling Russian Knapweed and Musk Thistle across approximately 156 acres along Navajo Routes 4 and 64, utilizing spot spraying with herbicides from June to October 2024 to mitigate ecological damage and protect native resources. Interested small businesses, particularly service-disabled veteran-owned small businesses, must submit detailed price quotes and comply with federal regulations, with proposals due by September 19, 2024, at 3:00 PM local time. For inquiries, vendors can contact Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.