DOCUMENT
R -- "Lockout Tagout" Audit and training Department of Veterans Affairs Captain James A. Lovell Federal Health Care Center North Chicago IL - Attachment
- Notice Date
- 1/25/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;GLAC-Captain James A. Lovell FHCC;3001 Green Bay Rd.;Building 1, Room 315;North Chicago, IL 60064-3048
- ZIP Code
- 60064-3048
- Solicitation Number
- 36C25218Q0478
- Response Due
- 1/31/2018
- Archive Date
- 3/2/2018
- Point of Contact
- Christopher Cook
- E-Mail Address
-
opher.cook6@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) - Southern Tier in North Chicago, IL is soliciting businesses to provide a service agreement for the existing Lockout Tagout System at the Captain James Lovell Federal Health Care Center (FHCC). The contractor will provide an audit of 831 based Scan ESC VPP Lockout Tagout (LOTO) procedures produced by Rockwell/ESC in accordance with (IAW) Occupational Safety and Health Administration (OSHA) instruction 29CFR1910.147(c) (6). The contractor shall provide classroom training on LOTO procedures IAW 29CFR1910.147 (C)(7) to 50 personnel. The training should cover all aspects included with 29CFR147.147. Upon completion of training the contractor should provide all attendees written test to verify adequacy of training. The contractor shall provide report of all findings of audit and training records to include copies of test results and list of any and all discrepancies of procedures found. The audit shall include at a minimum: Number of procedures audited Identify the machinery or equipment on which the energy control procedures were being utilized. The date of inspection The names of VA employees including in the inspection Any discrepancies found The training records should include the following at a minimum: Copies of all test taken List of employee s names with test scores. All Contractors submitting a response to this Sources Sought will have an established business with three (3) years of consecutive experience in performing these types of services at medical facilities. The Contractor must also be licensed and authorized to Audit and Train on Scan ESC VPP Lockout Tagout (LOTO) procedures produced by Rockwell/ESC in accordance with(IAW) OSHA instruction 29CFR1910.147(c) (6).. The Contractor shall furnish all labor, supervision, materials, tools, and equipment necessary to complete the required services listed above in draft Statement of Work (SOW). The following NAICS Code and Small Business Size Standard has been identified for this requirement: 541330 Engineering Services Standard of $15 Million in annual revenue. Interested parties shall provide a brief overview of their firm s capabilities and past experience with projects similar in size and scope of this project. Capability statements shall also include: DUNS number Organization Name and Assumed Name/dba (if applicable) Organization Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (small business or other than small business) Socio-economic status (If SDVOSB or VOSB provide SDVOSB or VOSB CVE verification) Organization experience in performing these types of services Copies of applicable certifications and/or accreditations to include, at a minimum, the EPA Universal Certification as required under EPA Regulation 40 CFR Part 82, Subpart F, Section 608. (All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 541330. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding socio-economic status. All information must be received no later than Wednesday, January 31, 2018 at 10:00 AM (CST). Email all information to Christopher Cook, Contract Specialist at Christopher.cook6@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses, sole sourced, or procured through full and open competition. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FBO website for all information relevant to desired acquisitions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0478/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q0478 36C25218Q0478.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042067&FileName=36C25218Q0478-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042067&FileName=36C25218Q0478-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25218Q0478 36C25218Q0478.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042067&FileName=36C25218Q0478-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Captain James A. Lovell;Federal Health Care Center;3001 Green Bay Rd.;North Chicago, IL
- Zip Code: 60064-3048
- Zip Code: 60064-3048
- Record
- SN04799593-W 20180127/180125231150-fe618cc574c835c9d1224a2c7a65dbb8 (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 |