Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2010 FBO #2972
SOLICITATION NOTICE

R -- Environmental Engineering Services/IH/Safety Specialist

Notice Date
1/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA-245-10-RP-0057
 
Response Due
1/20/2010
 
Archive Date
3/21/2010
 
Point of Contact
Shari KeseckerContract Specialist
 
E-Mail Address
Contract Specialist
(shari.kesecker@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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, proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-245-10-RP-0057 issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-38 (Correction). This is a 100% Total Small Business Set-Aside, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. Proposals shall be delivered to the VA on or before the proposal due date of January 20, 2010, 2 p.m. EST and shall be valid for a minimum of 60 days. Facsimile proposals will be accepted or offerors may email the proposal to the Contracting Officer at shari.kesecker@va.gov. Requests for RFP clarification must be received at the same address by January 15, 2010, 2 p.m. EST to facilitate answers prior the bid deadline. Any prospective offeror desiring an explanation or interpretation of the RFP must request it in writing soon enough to allow a reply to reach all prospective offerors before the submission of their offers. Oral explanations or instruction given before the award of the contract will not be binding. Any information given to a prospective offeror concerning the RFP will be furnished promptly to all other prospective offerors as an amendment of the solicitation, if that information is necessary in submitting offers or if the lack of it would be prejudicial to any other prospective offeror. If this RFP is amended, all provisions which are not modified remain unchanged. Offerors shall acknowledge receipt of any amendment of this RFP (a) by signing and returning the form (SF30) provided for such purpose; (b) by stating in its proposal that the amendment (date and number) was received and considered in formulating the proposal; or (c) by letter or E-mail. VA Contracting Officer must receive the acknowledgement by the time specified for receipt of proposals. Applicable North American Industry Classification System Code (NAICS) for this procurement is 541330. To be considered a small business under this NAICS code the SBA size standard must not exceed $4.5 Million. Contract Line Item Number 0001 is as follows: Senior Industrial Hygienist and Safety Specialist, estimated quantity (1920 hours @ $_____/hr). Minimum order limitation is 480 hours; maximum order limitation is 2880 hours. Scope of Work is as follows: The Department of Veterans Affairs (VA) Medical Center, Martinsburg, WV anticipates the award of a Firm Fixed Price Indefinite-Delivery Indefinite-Quantity (IDIQ) task order type contract with requirement to provide Senior Industrial Hygienist (IH) and Safety Specialist Services to perform screening, surveys, consultation and maintenance, develop local policies and procedures in support of VA guidelines and other regulatory bodies of the United States Government. Contract performance period is 12 months (1 year) from date of award with the option to extend for up to six months, with a minimum delivery order of 3 months (from date of award). Contractor is expected to work on-site and /or any Community based clinics supported by the Martinsburg VAMC, during normal working hours 8:00 am-4:30 pm, Monday through Friday except weekends and Government Holidays. Individual(s) must have experience in Health Care or similar facility in performance of Industrial Hygiene and Safety program functions including development, implementation, monitoring and evaluation of existing programs. This support should minimally consist of preparing industrial hygiene and safety related program plans, conducting base-line surveys, and providing documentation as required by governing bodies in hospital, laboratory, and research settings. Contractor will develop documentation of the medical center's industrial hygiene program plans as well as various safety plans, programs, and procedures. The industrial hygiene program plan will incorporate such elements as the facility's respiratory protection program, chemical inventory, hazardous communication program, waste disposal program, etc. Safety plans and programs requiring development consist of, but are not limited to, items such as the facility's fall protection program, electrical safety program, and asbestos awareness program. These program plans will address the respective safety or industrial hygiene principles and requirements applicable to VA Medical Centers as based on good professional practice and the requirements of VA Central Office, Joint Commission, OSHA, CAP, etc. Contractor will support implementation of the facility's industrial hygiene and safety program plans by performing required base-line surveys, documentation analysis, and investigations. The contractor may be required to evaluate work processes to identify exposures to hazardous materials or environments, sample for potential contaminants, and develop recommendations for improvements. Some of the processes found in the medical center involve anesthetic gases, asbestos, ethylene oxide, mercury, chlorine, xylem, silica dust, mold, etc. Additionally, environmental factors, such as noise, ventilation, lighting, etc., may require evaluation. Written reports as well as oral presentations of surveys, sampling results and findings with corrective action plans may be required by medical center management. Examples include sick building syndrome, ergonomic problems in workplace, building/grounds and waste dump sites, and environmental and professional hazard analysis. Review and comments may be required of preparation of bid documents (specifications and drawings) of projects with industrial hygiene and safety considerations. Contractor may be required to monitor safety and industrial hygiene aspects of construction projects being completed by the Medical Center and will support the facility on industrial hygiene and safety matters pertaining to contracted construction projects. Contractor will provide or identify industrial hygiene and safety training needs to enable the facility to address shortcomings of the facility's training programs. Contractor may be required to meet with Regional Safety and Fire Protection and Industrial Hygiene Engineers to discuss coordination of mandated requirement and changes as applicable. Other considerations may be: Assessment of underground and above ground storage tanks, Health Hazard Recognition, Evaluation, and Control Programs, Strategies in selecting methods of sampling, identifying maximum risk employees, Data Collection for Material Safety Data Sheets, Personal Sampling, Sample Analysis, and others, Employee Training: Noise-Power Plant and Maintenance Personnel, Needle Sticks-Nurses and Medical Technologists, Respirators-Maintenance and Emergency Response Personnel, confined Space Entry Procedures-Maintenance Personnel, Certification Programs: Biological Safety Cabinets, Chemical Fume Hoods, Clean Rooms, Hazardous Waste: Chemical, Biological, Anti-euplastic, Specific Hazards: Chemical - Anesthesia Gases, Asbestos, Carbon Monoxide, Mercury, Xylem, Misc. organics. The following provisions are applicable this procurement: FAR Parts 52.212-1, Instructions to Offerors-Commercial, addenda as follows: Interested parties should submit proposal packages limited to 100 pages and may be printed on both sides along with price to the attention of the contracting officer at the Department of Veterans Affairs Medical Center, 510 Butler Avenue, Martinsburg, WV 25404. Proposals should be prepared simply and economically, and provide a straightforward, concise delineation of the information required to be furnished. Emphasis should be on completeness and clarity. Elaborate brochures or other presentations are neither required nor desired. Each proposal submitted should include: 1. A statement of acceptance of the conditions referenced in this notice, fully complete the requirements for evaluation of offers, completed representations and certifications. 52.212-2 Evaluation-Commercial Items, addenda as follows: Offers shall be evaluated in accordance with the criteria contained herein in for the selection process in descending order of importance:1.PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. Submission requirements: Provide brief resume of individual(s) who will perform technical tasks under this contract. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual(s) experience relevant to this contract scope. 2.PAST PERFORMANCE on contracts in terms of similar type, quality of work, quantity of work, and compliance with performance schedules. Discuss individual(s) ability to work with Government entities and/or similar relevant experience with other entities. Provide points of contact: name, title, address, telephone number, e-mail, and fax number; and provide copies of awards and letters of appreciation/commendation as desired. 3.PRICE proposal should be stated in terms of hourly rate. Overhead and profit may be included in rate but must be identified in terms of percentage for evaluation purposes. Award will be made based on the offer that is most advantageous to the Government based on the factors contained herein. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items (Prior to award of contract, offerors must have current record in the Online Representations and Certifications Application (ORCA), to complete you may go online at https://orca.bpn.gov), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, addenda as follows: 52.252.1 Clauses Incorporated by Reference, 52.203-7 Anti-Kickback Procedures, 52.2-4-4 Printed or Copied double-Sided on Recycled Paper, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.204-7 Central Contractor Registration (all interested parties must be registered in CCR- request an application via phone at 1-888-227-2423 or register online at http://www.ccr.gov), 52.204-9 Personal Identity Verification of contractor Personnel, 52.217-8 Option to Extend Services, 52.219-6 Notice of Total Small business Set-aside, 52.222-19 Child Labor - Cooperation with authorities and remedies, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-14 Inconsistency Between English Version and Translation of Contract, 52.228-5 Insurance-Work on a Government Installation (see also FAR 28.307-2 Liability on policy coverage requirements), 52.232 34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.239-1 Privacy or Security Safeguards, 52.216-18 Ordering, 52-216-19 Order Limitations, 52-216-22 Indefinite Quantity, 852.203-70 commercial Advertising, 852.216-70 Estimated quantities, 852.233-70 Protest content/alternative dispute resolution, 852-233-71 Alternate protest procedure, 852.236-86 Worker's compensation, 852.237-70 Contractor Responsibilities, 852.270-1 Representatives of contracting officers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA-245-10-RP-0057/listing.html)
 
Record
SN02039346-W 20100113/100111234604-ae497e7ce03c7ed7baeebc8c772f6028 (fbodaily.com)
 
Source
FedBizOpps 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.