This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation 36S79722Q0012 is issued as a Request for Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05.
(iv) This solicitation is 100% Small Business Set-aside. The NAICS code associated with this solicitation is: 561710. The size standard is: $12 million.
(v) Line items as follows:
Year and Line Items
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
EXTENDED PRICE
Base
(Year 1)
0001
Pest Control Services
POP Begin: 09/12/2022
POP End: 09/11/2023
24
EA
_______
____________
OPT 1
(Year 2)
1001
Pest Control Services
POP Begin: 09/12/2023
POP End: 09/11/2024
24
EA
_______
____________
OPT 2
(Year 3)
2001
Pest Control Services
POP Begin: 09/12/2024
POP End: 09/11/2025
24
EA
_______
____________
OPT 3
(Year 4)
3001
Pest Control Services
POP Begin: 09/12/2025
POP End: 09/11/2026
24
EA
_______
____________
OPT 4
(Year 5)
4001
Pest Control Services
POP Begin: 09/12/2026
POP End: 08/11/2027
24
EA
_______
____________
TOTAL_______
(vi) See attached Statement of Work
(vii) Dates and place of Service:
Department of Veterans Affairs
VA Service and Distribution Center Building 37 (SDC)
1st Ave, One Block North of 22nd St
Hines, IL 60141
Period of Performance: Please see above Period of Performance (POP) as listed in line items.
(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Services
ADDENDUM to 52.212-1 Instructions to Offerors -Commercial Services
All questions must be submitted in writing to the POC listed below by 4:00 pm CST on August 22, 2022. All responses will be posted to this announcement by the end of the day August 23, 2022.
The Government cannot guarantee any responses to questions received after this deadline.
All quotes submitted must include unit and extended prices for all CLINS listed in the schedule. Alternate schedule formats are permitted but must include pricing for all CLINS.
The Government will evaluate past performance only using information in the quoters past performance record found on Government databases, such as Federal Awardee Performance and Integrity Information System (FAPIIS) and Contractor Performance Assessment Reporting System (CPARS). No past performance information or references are required for quote submission.
(ix) The provision at FAR 52.212-2, Evaluation-Commercial Services applies to this acquisition.
The Government will award a contract resulting from this RFQ to the responsible quoter who meets the set-aside criteria of FAR 52.219-6 Small Business Set-Aside and whose quote conforming to the RFQ is the lowest priced with acceptable past performance.
The Government will calculate the quote s total evaluated price (TEP). TEP will be calculated by confirming the quote s unit price multiplied by the quantity equals the extended price listed. If the calculation does not equal the extended price, the Government will correct this mathematical error and adjust the quoter s extended price to reflect the correct calculation of unit price multiplied by quantity. The Government will then calculate the 6-month price for the option at FAR 52.217-8 by using the unit prices of the final year (option 4, CLINS 4001) and multiplying those unit prices by 12 (6-months of service) to calculate the option FAR 52.217-8 extended pricing. This price will be included in the evaluation only and not included on any resulting contract award. The final extended price of all CLINS added together plus the calculated price of the FAR 52.217-8 option will determine the quoter s TEP. Quote TEP will then be ranked from lowest to highest. Only the lowest quote will proceed to the past performance evaluation.
The Government will use Government past performance resources to assign the quote with one of the following ratings:
Acceptable: Based on the quoter s performance record, the Government has a reasonable expectation that the quoter will successfully performance the required effort, or the quoter s performance record is unknown.
Unacceptable: Based on the quoter s performance record, the Government does not have a reasonable expectation that the quoter will be able to successfully perform the required effort.
If the lowest priced quote is evaluated to have acceptable past performance, then that quote will be selected for contract award. If the lowest priced quote is evaluated to have unacceptable past performance, then the next lowest quote will move to the past performance evaluation step until a quoter is identified with acceptable past performance. The Government intends to make one contract award without discussions to the lowest priced quote with acceptable past performance.
(x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Services when submitting their quote.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Services, applies to this acquisition.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
The following FAR clauses cited in FAR 52.212-5 are applicable to this acquisition:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements
52.204-23 Prohibition on Contracting for Hardware, Software, and Other Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021)
52.222 19 Child Labor Cooperation with Authorities and Remedies (OCT 2019)
52.222 26 Equal Opportunity (SEP 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37 Employment Reports on Veterans (FEB 2016)
52.222-50 Combating Trafficking in Persons (JAN 2019)
52.223-15 Energy Efficiency in Energy-Consuming Products (MAY 2020)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
(xiii) The following additional contract requirements and terms and conditions are applicable to this requirement:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note)
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.222-3 Convict Labor (June 2003) (E.O. 11755)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Federal Rates for Federal Hires
Employee Class Monetary Wage-Fringe Benefits
Pest Controller
(99410) $19.86
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
VAAR 852.203-70 Commercial advertising (MAY 2018)
VAAR 852.232-72Â Electronic submission of payment requests (NOV 2012)
VAAR 852.270-1 Representatives of Contracting Officers
VAAR 852.273-74 Award without Exchanges
FAR 52.219-6 Notice of Total Small Business Set-Aside
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation.
(xv) The date, time and place offers are due.
Date quotes are due: 24 August 2022
Time quotes are due: 04:00pm CST
Submit quotes to: Erik Boehmke
erik.boehmke@va.gov
(xvi) The name and telephone number of the individual to contact for information regarding this RFQ.
Erik Boehmke
708-786-7674
erik.boehmke@va.gov