Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2010 FBO #3224
MODIFICATION

R -- Lockout / Tagout Procedure Services Grand Junction, CO and Sheridan, WY

Notice Date
9/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 610;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25910RP0261
 
Response Due
9/27/2010
 
Archive Date
11/26/2010
 
Point of Contact
Pamela Barnes
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation VA-259-10-RP-0261 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, effective August 02, 2010. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 541690, with a small business size standard of $7.0 million. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH PROPOSAL. The competition for this solicitation is unrestricted, however small businesses, women-owned businesses, service-disabled veteran-owned small businesses, veteran-owned small businesses and small disadvantaged businesses are encouraged to submit offers. The following is a list of the contract line item numbers: LINE ITEM NUMBERDESCRIPTIONLABOR HOUR RATEESTIMATED TOTAL HOURSTOTAL EXTENDED COST 0001Grand Junction, CO VA Medical Center $ ___________ ____________ $ ________________ 0002Sheridan, WY VA Medical Center $ ___________ ____________ $ ________________ TOTAL COST $_____________________________ STATEMENT OF WORK - PREPARATION OF LOCKOUT/ TAGOUT PROCEDURES GENERAL QUALIFICATIONS FOR BOTH FACILITIES A. Qualifications To be considered for this contract, the prospective bidder must provide staff who are experienced with OSHA 29 CFR 1910.147 requirements and who can perform accurate control of hazardous energy program assessment, development, implementation, and training processes. The prospective contractor shall provide names of staff and documentation of the staff's OSHA-related review experience at the time their bid proposal is submitted. OSHA certification and/or training are highly desirable. B. General Description of Work Provide services necessary to implement a comprehensive Control of Hazardous Energy Program at the medical center to protect VA employees from the potential hazards of the unexpected energization or start-up of machines or equipment, or release of stored energy that could cause injury to employees and to educate employees on procedures and requirements for controlling hazardous energy sources. The contractor shall conduct a site visit and survey all areas of the medical center in order to identify, define, and categorize machines and equipment within the medical center main building, outlying buildings, and grounds. Each machine and equipment will be identified in accordance with OSHA 29 CFR 1910.147 "The control of hazardous energy (lockout/tagout)" in particular, 29 CFR 1910.147(c)(1). The Contractor shall recommend appropriate processes for each type of machine or equipment identified that falls under 29 CFR 1910.147(a)(2)(i) and any and all required equipment including locks, tags, lock-out devices, signage, and other required lockout/tagout program equipment. The contractor shall work with Safety Office and Facilities Management Staff to develop necessary policies, procedures, and forms for the Control of Hazardous Energy Program. The contractor shall provide sample and/or working documents, assist in the development of new documents, or recommend documents that the medical center can use for its Control of Hazardous Energy Program. The contractor shall provide training to VA staff on all aspects of an OSHA-compliant Lockout/Tagout Program for employees whose duties are regulated by 29 CFR 1910.147(c) so they may acquire the understanding, knowledge, and skills necessary for the safe performance of duties assigned under this section. Training shall include, but not limited to: a. Scope, application, and purpose 1910.147(a)(1-3) b. Definitions 1910.147(b) c. General requirements 1910.147(c) d. Application of control 1910.147(d) e. Release from lockout or tagout 1910.147(e) f. Additional requirements 1910.147(f) It is estimated that the site visit shall take 10 - 14 business days. The site visit shall be conducted during a timeframe agreed upon by the contractor and the Medical Center. The site visit shall include an in-briefing and exit-briefing. Arrangements for both briefings shall be made by the Medical Center. Both meetings should last no longer than 1 hour each. The purpose of the in-briefing is to introduce relevant medical center staff to the contractor's assessment team and explain the program development process. The purpose of the exit-briefing is for the contractor to briefly summarize the preliminary lockout/tagout report. The on-site surveys will be conducted between the hours of 8 a.m. and 5 p.m. Monday through Friday. However, some areas may require surveys to be done after hours. C. The work description is as follows: 1.Task 1: Survey & Assessment. The contractor shall conduct on-site building tours with the assistance of the Safety Officer and appropriate Facilities Management representative. The Contractor shall identify the locations of machines and equipment that have the potential for unexpected energization or start-up and assess the type of hazardous energy control required for each machine or equipment identified. At the completion of the survey a complete and final assessment shall be provided to Facilities Management. 2.Task 2: Develop a comprehensive Control of Hazardous Energy (Lockout/Tagout) Program. Using the data obtained in the assessment and OSHA 29 CFR 1910.147 as a reference, the contractor shall develop the appropriate control of hazardous energy program which provides the medical center with policies, procedures, forms, signage, and equipment necessary for a control of hazardous energy program that at least satisfies all 1910.147 requirements. The contractor shall not be responsible for providing locks, tags, lockout devices, and associated equipment. They shall recommend appropriate equipment to the VA; the VA shall purchase the required items as required. The contractor shall provide training to all VA Facilities Management staff whose duties are governed by 1910.147, or whose duties include supervision, inspection, reporting, and program management. Each attendee shall receive a certificate of training. The contractor shall provide final drafts all policies and procedures; ensure that appropriate signage and/or equipment have been purchased; and complete training for necessary personnel. 3.Task 3: Provide technical support for implementation of the program. After the VA has reviewed and finalized all documents with the contractor and training has been provided, the Control of Hazardous Energy Program shall be implemented at the medical center. The contractor shall be available to provide technical support during the implementation phase of the control of hazardous energy program to ensure that the program is being conducted in accordance with OSHA requirements, to answer questions, and assist the VA if necessary as problems or issues are identified during the implementation phase. 4.Task 4: Provide an on-site review and survey of the program. The contractor shall provide to the VA no later than three (3) months after implementation one (1) on-site review and survey of the medical center's Control of Hazardous Energy Program. This contractor shall review documents and interview employees for the purpose of identifying problems with the use and management of the program. The contractor shall provide the VA a summary report of their review and survey and suggest changes to correct problems or improve the efficiency of the program. D. Cost The proposal shall include a breakdown of labor hour rates to complete the statement of work: survey and on-site assessment, program development, training, and technical support. E. Personnel and Time The prospective bidder shall submit a proposed time schedule for completing each task, number of contract staff to be utilized to complete tasks, and number of days to complete the on-site assessment, draft and final program. The contractor shall complete all tasks indicated in this statement of work within forty-five (45) days after the start date. The start date will be within two weeks of award of the contract. F. SPECIFICATIONS/REQUIREMENTS - GRAND JUNCTION, COLORADO: 1.Conduct a survey of equipment and processes at Grand Junction VA Medical Center, including 2 Community Based Outpatient Clinics (CBOCs). The Grand Junction VA Medical Center is a 21 acre facility with 17 buildings encompassing approximately 261,045 square feet. The survey will cover only those buildings where there is equipment meeting the OSHA Control of Hazardous Energy standard. The Grand Junction VA Medical Center campus is located at 2121 North Avenue, Grand Junction, CO 81501. a.The survey is to include all buildings, on and off campus, for equipment applicable to the standard. The surveyor will consult with the hospital Engineering and Safety Sections to identify these areas. b.The consultant is to provide one master and two numbered copies of the documents and two electronic versions on CD's containing the final documents. The electronic versions are to be in a Microsoft Word format. c.The consultant is to conduct four (4) one-hour employee lockout/tagout training sessions and one (1) session concerning procedure administration at a mutually agreed upon time, but with all training completed no later than sixty (60) days after contract award. 2.Consultants will use the latest published OSHA standard, and follow any other applicable guidelines while completing the surveys and related procedures. 3.The facility surveys will be coordinated with the local engineering and safety staff at each site. The facility is to provide knowledgeable facility representatives as staff availability allows. A summation conference will be held at the facility with the Safety Manager and leadership staff at a mutually agreed upon time. Each facility survey will occur on consecutive days. Survey schedules will be approved/finalized at least two weeks in advance of the survey. 4.The consultant shall possess the appropriate qualifications and credentials for conducting the surveys. He/she will be a safety professional, with specific heath care experience preferred. The surveyor shall have a minimum of ten years experience in the safety field and completing lockout/tagout procedures. 5.All labor rates shall include travel costs and materials furnished to the facility. Payments will be made monthly, based on the successful completion and acceptance of onsite work (50%), the draft report (25%), and the final report (25%). 6. Grand Junction VA Medical Center Buildings Building 1Main Hospital(7 floors)150-175K sq ft Building 4GarageLess than 5K Building 5Administrative10-50K sq ft Building 6Administrative10-50K sq ft Building 7Warehouse5-10K sq ft Building 8Administrative5-10K sq ft Building 9Boiler Plant5-10K sq ft Building 12M & O shops5-10K sq ftBuilding 13Laundry5-10K sq ftBuilding 14IncineratorLess than 5K Building 20Community Living Center10-50K sq ft Building 22Pharmacy CacheLess than 5K Building 34Information TechnologiesLess than 5K Building 35AdministrativeLess than 5K Building 36Administrative5-10K sq ft Building 37Administrative5-10K sq ft Community Based Outpatient Clinics MontroseClinicLess than 5K Craig ClinicLess than 5K G. SPECIFICATIONS/REQUIREMENTS - SHERIDAN, WYOMING: 1. Inventory all equipment requiring isolation and develop written lockout/tagout procedures for that equipment located at the Sheridan VA Medical Center in accordance with the most current version of Occupational Safety and Health Administration (OSHA) standards 29 CFR 1910.147. The Sheridan VA Medical Center campus is located at 1898 Fort Road, Sheridan, WY 82801. 2. The consultant is to provide a complete inventory in Microsoft Excel or Microsoft Word format and include the equipment name, serial number, location room-building. 3.For each piece of equipment on the inventory, the consultant shall write a specific lockout/tagout procedure in compliance with the most recent version of OSHA standards. The procedure should also include the equipment name, serial number, location room-building. The specific Lockout / Tagout procedures are to be submitted in Microsoft Word format. The procedures are to be organized by type of equipment. The consultant shall provide hard copies of the Lockout / Tagout in binders, one each, for the Maintenance Staff, Bio Med Staff and the Safety Office, for a total of three (3) binders. The consultant shall provide tabs to identify the type of equipment. For example the air handler tab shall provide the specific Lockout / Tagout procedures for air handlers. 4.Sheridan VA Medical Center Buildings: Building 4 Human Resources, Fiscal, Business 43,867 sq ft Building 5 Facility Management and Nursing Service office 23,660 sq ft Building 6 Rehabilitation Unit, dorm setting, and 23,707 sq ft conference rooms Building 7 Training Rooms, library, Dietetics 55,058 sq ft (Kitchen/Dining) Chapel, Warehouse Building 8Mental Health Unit83,861 sq ft Building 9 Director and Medical Services20,542 sq ft Building 31 Laundry 9,285 sq ft Building 37 Maintenance Shop 8,335 sq ft Building 41 Maintenance Shop16,945 sq ft Building 42 Maintenance Shop 2,200 sq ft Building 55 Maintenance Shop 1,800 sq ft Building 64 Veterans Homeless Shelter, dorm setting, 20,561 sq ft office, and conference areas, approximately Building 71/71N Medical which includes Radiology, 90,275 sq ft Laboratory, Pharmacy, and Outpatient Clinic Building 86 Canteen cafeteria, Long Term Care Unit, 83,861 sq ft Physical Therapy and Mental Health Unit Building 90 Boiler Plant 6,919 sq ft H.AWARDING OF CONTRACT: The contract(s) will include all buildings at each facility where OSHA requires equipment specific lockout/tagout procedures. The Government contemplates award of one or more Time-and-Materials or Labor-Hour type of contract resulting from this solicitation.Offeror(s) can submit proposals for one or both locations listed in the statement of work. I.MEASURES OF PERFORMANCE: 1.Written procedures including electronic format is submitted in the specified format within twenty (20) business days after the site visit. 2.Work is accurate and efficient. 3.Knowledge and experience with the OSHA 29 CFR 1910.147 Control of Hazardous Energy standards. 4.How well the consultant identifies problems/issues. 5.Communicates clearly, both orally and in writing 6.Effective interviewing skills with staff 7.Provides clear, direct and comprehensive responses to questions/inquiries. J.DELIVERABLES - GRAND JUNCTION, COLORADO: 1.The surveyor will submit written and electronic procedures within twenty (20) business days after the site visit. The report shall be submitted simultaneously in an electronic format in Microsoft Word to the Safety Manager and the contracting officer. 2.Follow-up technical support will be provided by telephone/electronic mail to the facility on the OSHA standards. 3.The consultant will visit the employer's site and conduct four (4) one-hour employee lockout/tagout training sessions and one (1) two-hour session concerning procedure administration at a mutually agreed upon time, but with all training completed no later than sixty (60) days after contract award. K.DELIVERABLES -SHERIDAN, WYOMING: 1.The surveyor will submit written and electronic procedures within forty-five (45) business days after the site visit. The report shall be submitted simultaneously in an electronic format in Microsoft Excel or Microsoft Word to the Safety Manager and the contracting officer, and shall include equipment name, serial number and location room-building. 2.The specific Lockout / Tagout procedures are to be submitted in Microsoft Word format. The procedures are to be organized by type of equipment. Vendor shall provide hard copies of the Lockout / Tagout in binders, one each, for the Maintenance Staff, Bio Med Staff and the Safety Office, for a total of three (3) binders. Vendor shall provide tabs to identify the type of equipment. 3.Provide one (1) copy of each specific Lockout / Tagout procedure is to be provided in 8 1/2" x 11" laminated hard copy. These laminated copies shall be organized by type of equipment. These will be handed off to the Department of Veterans Affairs (VA) for installation; contractor will not be responsible for physically installing on the equipment. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum: FAR 52.216-1 Contract Type and FAR 52.216-27 Single or Multiple Awards. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. The Government will award one or more Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition type contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. Contractor shall submit with offer the following supporting documents: 1.Technical. a.Credentials of the individuals that would be conducting the surveys, documenting at least ten (10) years experience in the Safety Field, Lockout/Tagout Procedures and professional safety experience within the healthcare field. b.Credentials of the firm documenting experience in conducting safety surveys within a health care environment. c.Provide at least three (3) references for the contractor supporting safety and lockout/tagout experience. References shall include: 1)Company Name 2)Point of Contact's name 3)Point of Contact's telephone number 4)Point of Contact's address 5)Dates of experience 6)Brief description of services provided. d.Provide at least three references for each individual conducting the surveys to support experience within the safety field, lockout/tagout procedures and healthcare environment. References shall include: 1)Company Name 2)Point of Contact's name 3)Point of Contact's telephone number 4)Point of Contact's address 5)Dates of experience 6)Brief description of services provided. 2.Past performance, to include specialized experience and qualifications and technical competence in conducting equipment surveys and preparing equipment specific lockout/tagout procedures in accordance with OSHA standards of VA medical centers (or equivalent) within the last three (3) years. 3.Ability to meet the specified timeframes. 4.Price. Technical and past performance when combined, are significantly more important than price. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum: 52.204-9 Personal Identity Verification of Contractor Personnel (SEPT 2007); 52.228-5 Insurance - Work on a Government Installation (JAN 1997); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.216-70 Estimated Quantities (APR 1984); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008); FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998): FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) and VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS applies to this acquisition including the following clauses: 52.203-6, 52.203-13, 52.204-10, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-44, 52.222-54, and 52.225-13. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Proposals shall include the RFP number, the proposed labor hour rate for individuals required for the performance of this contract, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, e-mail address, tax identification number, DUNS number, and size status (i.e., small business disadvantaged business or woman owned business). All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, VISN 19 Rocky Mountain Contracting Network, 4100 East Mississippi Avenue, Suite 610, Glendale, CO 80246 Attn: Pamela Barnes, no later than 4:30 P.M. mountain time on 24 September 2010. You may contact Pamela Barnes, Contract Specialist at Pamela.Barnes@va.gov or 303-639-7011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25910RP0261/listing.html)
 
Record
SN02288578-W 20100922/100920234620-fb7407ec4bd41d82e105195815c6a6a6 (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.