RFP24-52 Gopher Control Services

Agency: Los Alamos County
State: New Mexico
Type of Government: State & Local
NAICS Category:
  • 561710 - Exterminating and Pest Control Services
Posted Date: Feb 1, 2024
Due Date: Feb 22, 2024
Solicitation No: RFP24-52
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
RFP24-52 Gopher Control Services

Closing date February 22, 2024, 02:00 PM

  • Reference number RFP24-52
  • Status Open
  • Summary Los Alamos County is in need of professional services for the removal of gophers on various Parks and Recreations sites throughout Los Alamos County.

Sealed proposals submitted electronically by email, subject to the conditions set forth in the instructions to proposers and in the other solicitation documents, will be received until 2:00 pm MT, Thursday, February 22, 2024, for this solicitation. Emails should be addressed to: lacbid@lacnm.us . Subject line of the email must contain the following information: RESPONSE – RFP24-52 GOPHER CONTROL SERVICES.

Alternatively, sealed Proposals may be submitted in paper form, one (1) clearly labeled unbound original and four (4) bound paper copies. If submitting Proposals in paper form, Proposals will be received at the Los Alamos County Procurement Office, 101 Camino Entrada, Bldg. 3, Los Alamos, NM 87544 until 2:00 p.m. MT, Thursday, February 22, 2024, for this solicitation.

Documents may be obtained from Kat Brophy at:

Los Alamos County

Procurement Division

101 Camino Entrada, Bldg. 3

Los Alamos, NM 87544

(505) 662-8127

kat.brophy@lacnm.us

Office Hours are 8:00 a.m. – 4:30 p.m., Monday – Friday.

No Proposal may be withdrawn after the scheduled closing time for receipt.

All forms of bribes, gratuities, and kickbacks are prohibited by law.

Contact details
Kat Brophy
505.662.8127
Related Information

Attachment Preview

LOS ALAMOS COUNTY
PROCUREMENT DIVISION
101 Camino Entrada, Building 3, Los Alamos, New Mexico 87544
(505) 662-8127
Advertised: February 1, 2024
Closing Date: February 22, 2024
Request for Proposals (RFP)
RFP Number: 24-52
RFP Name: Gopher Control Services
GENERAL INFORMATION
1. Proposals in response to this RFP may be submitted either in paper form, in a sealed envelope, or
electronically by email. Only one of the following submission methods is required:
2. ELECTRONIC SUBMISSION: Emails should be addressed to: lacbid@lacnm.us. Subject line must
contain the following information: RESPONSE RFP24-52 Gopher Control Services.
It is strongly recommended that a second, follow up email (without the proposal included or attached) be
sent to Kat Brophy, Management Analyst at kat.brophy@lacnm.us to confirm the Proposal was received.
The body of the email must contain enough information for the identity of the Proposer to be clear,
including company name, name of person sending the email, and contact information including email
address and phone number.
Only emails with proposals received in the lacbid@lacnm.us email box prior to 2:00 p.m. Mountain
Time, February 22, 2024, will be reviewed.
Proposals submitted by email will be opened only after the closing date and time stated in the solicitation
document.
3. PAPER FORM SUBMISSION: Sealed proposals in one (1) clearly labeled unbound original, three (3)
bound copies and one (1) USB flash drive or CD, will be accepted at the Office of the Chief Purchasing
Officer, Procurement Division - 101 Camino Entrada, Building 3, Los Alamos, NM 87544, until 2:00 p.m.
Mountain Time, February 22, 2024, for this solicitation. Clearly mark the RFP Number and Name and
Offeror on the outside of the sealed proposal, including outer envelope and/or shipping label. The
USB flash drive or CD should be clearly identified. It is the responsibility of the Offeror to assure that the
information submitted in both its written response and the electronic version are consistent and accurate.
If there is a discrepancy between what is provided on the paper document and the USB flash drive or
CD, the written paper response shall govern.
4. Directions to Procurement office:
1. Drive WEST on NM-502 to Los Alamos.
o Camino Entrada (formerly known as Airport Basin) is 0.4 miles past East Gate Drive,
just past East Entrance Park Rest Area.
2. Turn RIGHT on Camino Entrada.
o Road slopes downhill and curves to the right.
3. Take second RIGHT into driveway through gated fence (before the stone sign “Pajarito
Cliffs Site”).
o Follow the signs to Building 3, the L-shaped building in the center of the complex.
o If you pass the Holiday Inn Express and the Airport, you’ve gone too far.
The County of Los Alamos is an Equal Opportunity Employer
4. Enter glass door marked “PROCUREMENT.” See map below.
5. The Incorporated County of Los Alamos (“County”) invites Proposals from all qualified respondents.
No Proposal may be withdrawn after the scheduled closing time. Proposals will not be accepted after
the scheduled closing time. Please make note of the submittal requirements outlined in this
solicitation. Read and follow the instructions carefully. Include the required documents provided
in this RFP as part of your submittal packet. Any misinterpretation or failure to comply with the
submittal requirements could result in rejection of the proposal. Proposal preparation is at the Offeror’s
expense.
6. Any change(s) to the solicitation will be conveyed through the written addenda process. Read carefully
and follow all instructions provided on any addendum, as well as the instructions provided in the original
solicitation.
7. Any questions must be received in writing at least five (5) days prior to the date fixed for when proposals
are due.
8. County reserves the right, at its sole discretion, to accept or reject any proposals; to waive any and all
irregularities in any or all statements or proposals; to request additional information from any or all
respondents; and to award a contract to the responsible Offeror whose proposal is most beneficial to
County. While County intends to execute a contract for the services listed herein, nothing in this
document shall be interpreted as binding County to enter into a contract with any Offeror or Proposer.
9. Bids and Proposals are Public Records. Pursuant to the New Mexico Inspection of Public Records Act,
NMSA 1978, Chapter 14, Article 2, all materials submitted under this RFP/IFB shall be presumed and
considered public records. Except to the extent any information may be protected by state or federal
law, proposals shall be considered public documents and available for review and copying by the public.
10. The County contemplates a multi-term contract as a result of this RFP. The term of the contract may
be for a period of up to seven (7) years. This is the written determination of the Chief Purchasing Officer
that: such a contract will serve the best interests of the County by promoting economies in County
procurement.
11. Proposers are notified that they must propose pricing for each potential year of the contract.
12. Proposers/Offerors are informed that State law requires that all foreign corporations (NMSA 1978 §53-
17-5) and limited liability corporations (NMSA 1978 §53-19-48) procure a certificate of authority to
transact business in the state prior to transacting business in the state of New Mexico.
13. The Chief Purchasing Officer has determined a preference is applicable to this offer. A bidder or offeror
must submit a written request for preference, with a copy of the state-issued preference certificate, with
RFP No. 24-52
Issued by Procurement Division: K. Brophy
2
Version: 07272023
its proposal to qualify for this preference. Ref. County Code Section. 31-261(b) and Section13-1-21
NMSA 1978 et al..
CONTACT INFORMATION
1. For project-specific information, contact Emmanuel Abeyta, at Emmanuel.abeyta@lacnm.us; (505)
663-1821
2. For procurement process information, contact Kat Brophy, Management Analyst at
kat.brophy@lacnm.us; (505) 662-8127.
3. Written questions submitted via e-mail should be sent to Kat Brophy and copied to Emmanuel
Abeyta.
4. As an additional courtesy to interested parties, this RFP and related documents may also be
downloaded from the County’s website at the address below.
https://lacnm.com/bids
NEED STATEMENT
Los Alamos County is in need of professional services for the removal of gophers on various Parks
and Recreations sites throughout Los Alamos County.
BACKGROUND
The Incorporated City and County of Los Alamos (“County”) is situated at the foot of the Jemez Mountains
on the Pajarito Plateau with an elevation ranging from 6,200 feet to 9,200 feet. Two distinct communities,
Los Alamos Town site and White Rock, each with its own visitor center, are home to ~19,000 people. Los
Alamos is mostly known for the historic accomplishments of its largest employer, Los Alamos National
Laboratory, and continues to gain notice for its vast scenic assets and recreational opportunities.
Visit the Los Alamos County website (www.losalamosnm.us) and the tourism website
(www.visitlosalamos.org) for more information.
SCOPE OF SERVICES (or WORK)
Services shall include eradication of existing gophers and control of gopher infestation on County owned
and operated Parks & Recreation sites throughout County. Services shall include, but not be limited to,
placement of mechanical gopher traps, the planning, development, operation, and maintenance of a
gopher control program throughout County. These services will occur at various locations across the
County with particular emphasis on the following areas; parks, sport fields, recreational areas, cemetery,
golf course and cultural sites as identified in Exhibit G. The services provided should be consistent with
all safeguards and regulations applicable within Los Alamos County and the State of New Mexico.
1. Initial Gopher Assessment
Contractor shall conduct a thorough, initial assessment of the identified locations throughout
County. The purpose of the initial assessment is for Contractor to identify areas of gopher
infestation and practices that contribute to gopher infestation.
Contractor shall provide a written report to the Project Manager, detailing the findings of the initial
assessment, via email and mailed hard copy. For the duration of this contract, Contractor shall
notify Project Manager, electronically and via hard copy mailed to the Project Manager, about any
gopher infestation issues, on identified sites, or procedural modifications deemed necessary to
eliminate and control gopher infestation while providing metrics of effectiveness.
RFP No. 24-52
Issued by Procurement Division: K. Brophy
3
Version: 07272023
2. Recommendations for Eradication and Control
Contractor shall submit, via email and mailed hard copy, an assessment of site user practices that
contribute to gopher infestation along with a detailed program to address the infestation as quickly
and effectively as possible while safeguarding the welfare of all County residents, employees, and
visitors as well as any predators of gophers. The report will include recommendations for
abatement methods and treatments.
3. Gopher Control Plan
Prior to initiation of services, and within fifteen (15) calendar days following the initial assessment,
Contractor shall submit to the Project Manager a Gopher Control Plan. The Gopher Control Plan
shall consist of three (3) parts:
a. Proposed trapping methodology.
b. A schedule for each park, sports field, recreational area, cemetery, golf course and
cultural site established by Contractor and Project Manager.
c. Frequency of contract visits shall depend on the specific gopher control needs of
each premise and season. Large areas, or specified areas within County, with a
history of gopher infestations, will be evaluated on a monthly basis and treated as
needed based on infestation level. Each service shall include placement of traps
based on infestation level (trap number may be increased or decreased as needed).
Initial eradication is the most aggressive stage of the process. Contractor shall
communicate with Project Manager to confirm site service dates.
4. General
Upon approval of the Gopher Control Plan by the Project Manager, Contractor shall proceed with
trapping. Contractor shall provide mechanical traps and disposal of gophers as per NM Statute
Section 77-3-4. Once an area is deemed clear of gophers, contractor shall level the gopher mounds
in order to mitigate trip and fall hazards. Contractor shall provide a monthly report, via email and
mailed hard copy, containing details on quantity of traps placed and catch count by location. As
part of the Monthly Report, Photos documenting the total gopher count, with time stamp, shall be
provided by the contractor per location via email.
5. Structural and Procedural Recommendations
Structural modifications for gopher control will be the responsibility of County. However, throughout
the life of this contract, Contractor shall notify Project Manager in writing of any structural or
procedural modifications deemed necessary to abate infestation.
INFORMATION RELATED TO THE SCOPE OF WORK
Los Alamos County requires trapping as opposed to any form of chemical eradication.
PROPOSAL REVIEW AND EVALUATION
Proposals shall be handled so as to prevent disclosure of the identity of any Offeror or the contents of any
proposal to competing Offerors during the process of negotiation.
After the RFP has closed, Procurement Division staff prepares a register of proposals containing the name
of each Offeror, the number of modifications received, if any, and a description sufficient to identify the item
offered. The register of proposals is open to public inspection only after contract award. Procurement
Division staff delivers the RFP submittals to the Evaluation Committee Chairperson. The Evaluation
Committee reviews and evaluates the submittals. Interviews are only for the purpose of clarification, and
may be used for adjusting the final score. Discussions may be conducted with responsible offerors who
submit proposals determined to be reasonably likely to be selected for award for the purpose of clarification
to ensure full understanding and conformation with solicitation requirements for the purpose of obtaining
best and final offers.
For proposals that qualify for Preference, the following procedure will apply; the total evaluation score with
or without the cost factor of each proposal received from a qualifying offeror shall be multiplied by 1.05.
After application of the factor, the contract shall be awarded to the highest score. If one or more scores are
equal, the same procedure shall be followed with respect to the next category of offerors listed, and the
RFP No. 24-52
Issued by Procurement Division: K. Brophy
4
Version: 07272023
next, until an offer qualifies for award. The priority of categories of offers is as follows:(1) Local business;
(2) Resident business.
The Evaluation Committee Chairperson forwards the final evaluation results to the Procurement Division.
Award shall be made to the responsible Offeror whose proposal is determined in writing by the Evaluation
Committee to be the most advantageous to the County, taking into consideration the evaluation criteria set
forth in the solicitation.
AWARD OF SOLICITATION
Following award of the solicitation by County Council, the successful Offeror will be required to execute a
contract with County in accordance with the terms and conditions set forth in the Services Agreement, a
sample of which is attached as Exhibit A. Offeror may identify any exception or other requirements to the
terms and provisions in the Services Agreement, along with proposed alternative language addressing the
exception; County, as a governmental entity is subject to certain laws and prohibitions and may, but is not
required to, negotiate changes in contract terms and provisions, but will not agree to language that is in
violation of the law. The Services Agreement as finally agreed upon must be in form and content acceptable
to County
OBLIGATIONS OF FEDERAL CONTRACTORS AND SUBCONTRACTORS; EQUAL OPPORTUNITY
CLAUSES
Contractors and Subcontractor shall abide by the requirements of 41 CFR §§ 60-1.4, 60- 300.5 and 60-
741. These regulations prohibit discrimination against qualified individuals based on their status as
protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based
on their race, color, religion, sex, sexual orientation, gender identity, or national origin. Moreover, these
regulations require that covered prime contractors and subcontractors take affirmative action to employ and
advance in employment individuals without regard to race, color, religion, sex, sexual orientation, gender
identity, national origin, protected veteran status or disability.
Contractors and subcontractors agree to comply with all the provisions set forth in 29 CFR Part 471,
Appendix A to Subpart A.
ILLEGAL ACTS
The Los Alamos County Procurement Code, Article 9, imposes remedies and penalties for its violation. In
addition, New Mexico criminal statutes impose felony penalties for illegal bribes, gratuities, and kickbacks.
CERTIFICATION FORM REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY
MATTERS
An Offeror is requested to complete the Certification Regarding Debarment, Suspension, and Other
Responsibility Matters Form, attached as Exhibit C, and submit with the proposal; if this exhibit is not
included with the proposal, it must be provided prior to the evaluations of the received proposals, otherwise
the Offeror’s proposal will not be considered. This Form serves as a warrant of the Offeror’s responsibility,
and may not necessarily preclude the Offeror from consideration for award.
CAMPAIGN CONTRIBUTION DISCLOSURE FORM
A Campaign Contribution Disclosure Form is attached as Exhibit D. The Offeror is requested to complete
and submit with the proposal. If Form is not submitted with the proposal, upon award, Contractor must
submit this form, in accordance with Chapter 81 of the laws of 2006 of the State of New Mexico prior to
County’s obligation to pay for the Services.
VERIFICATION OF AUTHORIZED OFFEROR
A Verification of Authorized Offeror Form is attached as Exhibit E. The Offeror is requested to complete
and submit with the proposal. This Form provides County with the name and information of the authorized
Officer who can obligate the selected firm in providing the services to Los Alamos County.
RFP No. 24-52
Issued by Procurement Division: K. Brophy
5
Version: 07272023

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow MHMV 210010, Site Preparation for Temporary Squad Operations Facility Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 5/16/2024

Clean Oil-Water Separators Active Contract Opportunity Notice ID FA4801-24-Q-0443 Related Notice Department/Ind. Agency

Federal Agency

Bid Due: 5/01/2024

Status Title Download Status: Type/Program RFP/PSTB Open April 9, 2024 Close 3:00 PM

State Government of New Mexico

Bid Due: 5/17/2024

Abatement & Remediation of Biohazardous Materials 1st Baptist Church Open 4/10/2024 12:00 AM

University of New Mexico

Bid Due: 5/09/2024