Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOLICITATION NOTICE

56 -- SAFETY CONSULTING SERVICES

Notice Date
6/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-67-02
 
Response Due
7/15/2002
 
Archive Date
8/14/2002
 
Point of Contact
Contracting Officer - LaKeisha Wiley-Bess, Contract Specialist, (202) 745-8420
 
E-Mail Address
Email your questions to LaKeisha Wiley-Bess
(lakeisha.wiley-bess@med.va.gov)
 
Description
VA intends to negotiate a sole source procurement with MedSafe. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, Subpart 12.12 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) number 688-67-02. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2001-07. The NAIC code for this solicitation is 541690. The small business size standard is 500 employees. The SCOPE OF WORK FOR THE BASE YEAR shall be listed and priced as follows: The contractor shall provide consulting services for six month period to Safety Office to address JCAHO Environment of Care program issues as follows: 1. Assist in managing and overseeing EOC/Safety program with continuous readiness support for a period of three (3) years. 2. Meet with Front Office and Safety Officer to define specific tasks, goals and expectations. (information about current effectiveness level of the EOC program will be provided to vendor). 3. Conduct interviews and document reviews for compliance to JCAHO standards in the following areas: Safety, Life Safety, Utilities Systems, Security, Hazardous Materials & Waste, Medical Equipment and Emergency Management. Interviews will include assessing management plans & performance measures, EOC Committee minutes, policies & procedures, Statement of Conditions (SOC) review. 4. Review of EOC Committee structure, reporting systems, performance measurements and overall effectiveness. Includes attendance to scheduled EOC and EOC Subcommittee meetings and review of respective minutes. 5. Evaluation of the medical center's training program related to EOC. 6. Tour of facility to assess implementation of established policies and procedures in key areas. 7. Prepare long and short term action plans and brief Front Office and Safety Office on strengths and weaknesses. 8. Set up a web-based system for monitoring compliance to EOC standards and to generate reports and action plans. Includes a "dashboard" system to quickly assess compliance, monitors staff performance in completing tasks and compares performance measures to other facility benchmarks. 9. Provide on-site services for a minimum of three days per week for eight weeks and two days per week for sixteen weeks to include: a. Education and mentoring services to the medical center's Safety Manager and Safety Officer. b. Evaluation of the effectiveness of medical equipment program for improvement. c. Review of SOC to assure proper application of code, assessing and improving the Life Safety Management Plans, reporting systems and performance improvement plans. d. Providing drill critique support and review for improvement emergency management plans, reporting system and improvement plans. e. Review of overall safety management improvement of performance measurement and transforming data into actionable information. f. Review and improving the security management plans focusing on effectiveness. g. Improving chemical spill response program, waste stream reduction plan and MSDS management systems. h. Providing necessary support for improving program documentation on utility systems, PM programs and overall performance improvement plan. i. Attending and facilitating meetings as needed related to EOC topics. 10. Review and redesign as necessary the EOC and EOC subcommittee format and structure for effectiveness. 11. Provide verbal and/or written reports to Front Office and Safety Office as often as deemed necessary by the medical center's Safety Officer. 12. Provide one year assessment after award and six months thereafter via option years on new JCAHO standards and regulations, spot check for new exposures to standards, validation of EOC deficiency action plan efforts, assistance of completion of deficiency items and participate in EOC and EOC Subcommittee meetings. 13. Review of Hazard Vulnerability Analysis for emergency management program and develop new draft as necessary. 14. Review of the mitigation plans based on vulnerability assessment. 15. Design or redesign as necessary all emergency management plans required by JCAHO through vulnerability assessment that addresses mitigation, preparedness, response and recovery. Plans will be provided in MicroSoft Word document. 16. Train members of the Incident Command System in the overall emergency management plan and the use of the disaster management system. 17. Provide a train-the-trainer program on the use of the Emergency Management Plan. 18. Conduct interviews with staff at all levels specifically related to emergency management plans. 19. Provide a one-year assessment after award of contract on effectiveness of emergency management program. The SCHEDULE OF PRICES I. Consulting Services 6mo @ $__________per for a total of $___________ Please include in offer package a completed Standard Form 1449 that can be found at www.gsa.gov/forms/farnum, required provisions, and a schedule of prices for the year. Acceptance time will be 60 days from offer due date. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors-commercial, 52.212-3 Representations and Certifications- Commercial Items, 52.214-4 Contract Terms and Conditions-Commercial Items, 52.219-2 Equal Low Bids, and 52.212-5 Contract Terms and Conditions including Clauses incorporated by reference under Section (b) 52.222-26 Equal Opportunity (EO 11246), 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.), 52.222-3 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793), 852.236-86 Workmen's Compensation, and 52.225-3 Buy American Act-Supplies (41 USC 10). Bidders responding to this announcement shall submit a bid along with the information required in 52.212-1 and a completed copy of provision 52.212-3 and VAAR 852.219-70 Veteran Owned Small Business (Dec 1990) to VA Medical Center (688/90C), Room 1B-112, 50 Irving Street, NW, Washington, DC 20422 by 7/15/02 at 2:00pm Local Time. Faxed offers will be accepted. All responsible sources may submit an offer in accordance with the solicitation which may be obtained electronically after 6/27/02 at the following URL: http://www.va.gov/oa&mm/busopp. Responsible sources will be considered.
 
Web Link
RFQ 688-67-02
(http://www.bos.oamm.va.gov/solicitation?number=688-67-02)
 
Record
SN00100646-W 20020629/020627213158 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.