Illinois Bids > Bid Detail

F105--Integrated Pest Management Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159088415657135
Posted Date: Oct 26, 2022
Due Date: Nov 1, 2022
Solicitation No: 36C25223Q0131
Source: https://sam.gov/opp/cfce5269aa...
Follow
F105--Integrated Pest Management Services
Active
Contract Opportunity
Notice ID
36C25223Q0131
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 26, 2022 03:58 pm CDT
  • Original Response Date: Nov 01, 2022 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 01, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F105 - ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT
  • NAICS Code:
    • 561710 - Exterminating and Pest Control Services
  • Place of Performance:
    Captain James A. Lovell Federal Health Care Center 3001 Green Bay Road NORTH CHICAGO , IL 60664
Description
Sources Sought Notice

Sources Sought Notice

Page 6 of 6
Page 6 of 6
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 4 of 6
Page 4 of 6
This is a Sources Sought Notice and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP) and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested may assist the Government in determining the appropriate acquisition methodology.
The Great Lakes Acquisition Center (NCO 12), Department of Veterans Affairs, is seeking information from sources capable of providing all management, licenses, laboratory testing, tools, supplies, equipment, transportation and labor to develop and implement an Integrated Pest Management (IPM) plan including proactive treatment postures, proactive assessment postures, recommendations for treatment, strategies for pest mitigation, preventative pest strategies, and a schedule approved by the COR at the James A. Lovell Federal Health Care Center in North Chicago, IL and its Community Based Outpatient Clinics (CBOCs) in Evanston, IL, McHenry, IL and Kenosha, WI in a manner that shall ensure the health and general well-being of patients, staff, and visitors.

PLACES OF PERFORMANCE:
Captain James A. Lovell Campus & Associated sites
Federal Health Care Center (FHCC)
3001 Green Bay Road
North Chicago, IL 60064-3048

Evanston CBOC
1900 Dempster Street
Evanston, IL 60202

McHenry CBOC
3715 Municipal Drive
McHenry, IL 60050

Kenosha CBOC
8207 22nd Avenue
Kenosha, WI 53143

The Government requests that interested parties submit a brief overview of their firm s capabilities -submit a statement of capability outlining their firm s capabilities related to this requirements stated below, and past experience with projects similar in scope to this project. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information:
Organization Name
Organization Address
Point-of-Contact (including name, title, address, telephone number, and email address)
SAM UEI Number
Business Size (i.e. annual revenues and employee size)
Socio-Economic Status (i.e.. small business, service-disabled veteran-owned small business, etc.)
NAICS Code
GSA Contract Number
Any other pertinent information
Requirements:
SDVOSB/VOSB contractors that respond must also be able to follow the limitations of subcontracting language (see Below)
The response date to this Sources Sought Notice is Tuesday, NOVEMBER 1st at 10:00 a.m. Central. Electronic submissions may be submitted via email to Aaron Rogers at aaron.rogers1@va.gov

VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION

Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that

 If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102. ]
XÂ Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.

 General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

  Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.

           (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
Referral to the VA Suspension and Debarment Committee;

A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and

 Prosecution for violating section 1001 of title 18.

 The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.

The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.

Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.

Attachments/Links
Attachments
Document File Size Access Updated Date
36C25223Q0131.docx (opens in new window)
33 KB
Public
Oct 26, 2022
file uploads

Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 26, 2022 03:58 pm CDTSources 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 >