SOLICITATION NOTICE
R -- Industrial Hygiene Services Prosthetics Lab
- Notice Date
- 5/27/2020 9:17:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26020Q0476
- Response Due
- 6/2/2020 12:00:00 PM
- Archive Date
- 07/02/2020
- Point of Contact
- Jared P Zinsmeister, Jared Zinsmeister, Phone: 360-852-9859
- E-Mail Address
-
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for Instrument Sharpening, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26020Q0431 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 effective March 30, 2020, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provision may be accessed in full text at http://farsite.hil.af.mil. 4. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 541620 code has a small business size standard of $16.5 Million. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov). The Government is seeking a contract to acquire Industrial Hygiene Services. This solicitation is seeking to fulfill the statement of work. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 HAZARD ASSESSMENTS AND ASSESSMENT OF RISKS 1.00 JOB __________________ __________________ GRAND TOTAL __________________ 6. Statement of work: STATEMENT OF WORK (SOW) Background The Mann-Grandstaff VA Medical Center (MGVAMC) operates a medical hospital, rehabilitation units, in-patient residential units, and long term care units on a campus. Inherent with the operations of the hospital is the potential to affect and enhance the health, safety, and well-being of staff, patients, and the public as a result of workplace exposures typically found in a healthcare setting or maintenance of a healthcare facility. Workplace hazards are required to be monitored by law and can be attributed to: hazardous drug preparation and distribution, anesthetic gases, formaldehyde, cidex, mold, carbon monoxide, asbestos, lead, noise, dust, radon, and a myriad of other potential health exposures. MGVAMC is a small quantity generator of hazardous wastes and handles and properly disposes infectious waste and universal waste. Extent of Work The purpose of the work is to provide on-site Industrial Hygiene services to the MGVAMC Industrial Hygienist. There may be occasional Industrial Hygiene services required at our affiliated Community-Based Outpatient Clinics. The vendor shall provide on-site consulting services to include the following: Using quantitively techniques develop and complete a Hazard Assessment(s) (HA s) for each of the processes outlined within Attachment 2. Each HA will include the collection of sampling data and the collection/documentation of exposure monitoring to support respiratory protection, hearing protection, Personal Protective Equipment (PPE) (i.e. boots, gloves, coveralls, head protection, etc.), heat stress issues, chemical listings for each process reviewed, hazardous waste disposal procedures, infectious waste handling/disposal, universal waste handling/disposal, and blood borne pathogens exposure points. Certified Industrial Hygienist (CIH), Certified Safety Professional (CSP) approval/ recommendations/perspective for Medical Surveillance requirements (i.e. Recommend staff enrollment within the MGVAMC Hearing Conservation Program to include annual audiograms) for each process reviewed. It s the vendors responsibility to determine all applicable federal, state, veteran s affairs, and local regulatory guidance for services and HA development. Vendor shall provide Industrial Hygiene and Safety science services requested, including supplying technical equipment and sampling media, if needed and as determined by the types of monitoring required for the process to be evaluated. Costs of required sampling supplies and costs of analysis for IH samples will be borne by the vendor. The vendor shall have the following equipment available prior to scheduled site at no additional cost: low volume air monitoring pumps, high volume air monitoring pumps, microbial sampler - impact sampling kit, sound level meter with octave band analysis and impact (impulse) noise capability, personal noise dosimeters, and appropriate sampling media to complete process assessment. All equipment is to be current in calibration and the vendor shall provide copies of calibration certificates for all equipment within final report. The vendor may be requested to acquire other sampling equipment for specific, or special projects, e.g. radon sampling. In these cases, the vendor will receive prior notification and consultation to determine sampling strategies, sampling media required, and laboratories to be used for analysis prior to start of evaluations. Note, MGVAMC has limited sampling/monitoring equipment and it may be made available through prior coordination. All personal protective equipment required for the vendor to complete project(s) and services will be provided and maintained serviceable by the vendor. Minimal equipment deemed essential are safety shoes, safety glasses, medical clearance for respirator use, and appropriate respiratory protection ensembles. The vendor will use standard Occupational Health and Safety (OSHA), Environmental Protection Agency (EPA), National Institute for Occupational Health and Safety (NIOSH) and American Conference of Governmental Industrial Hygienists (ACGIH) protocols to address all applicable federal, state, VA, and local regulations and requirements. The vendor may be required to research applicable State requirements, VA criteria standards, guidelines, and requirements, and Joint Commission or other documents as needed. The vendor shall provide the services of an American Board of Industrial Hygiene -Certified Industrial Hygienist (CIH) for approval of all final products. Although not required, the CIH may have the additional certifications as Certified Safety Professional (CSP) or Certified Hazardous Materials Manager (CHMM) for adhoc investigations and/or consultative services and will approve final letter/report provided to MGVAMC Industrial Hygienist as it relates to completion of the HA s. The vendor will complete the requirements outlined within this SOW NLT 13 JAN 20. Vendor Qualifications Those interested in pursuing the contract must provide experienced Industrial Hygiene (IH)personnel meeting the definition of the professional code of ethics and competencies of an Industrial Hygienist by American Industrial Hygiene Associates (AIHA) at the time of award. The onsite IH will have the experience and education needed to provide a comprehensive range of services at a complex medical center. The IH should have knowledge and education relating to the health care field and industrial operations (laboratory, surgery, Acute Care, onsite laboratories, facilities maintenance, warehousing, etc.), industrial operations and construction/renovation; VA experience preferred. The individuals should have expert knowledge of ACGIH, OSHA, and EPA regulations and guidelines and have demonstrated evidence of expert knowledge of and work history with asbestos, lead, mold, indoor air quality complaint investigations, job hazard analysis and sampling strategies to conduct personal exposure monitoring. A Certified Industrial Hygienist (CIH) is highly desirable but not required for on-site work. However, the final letter, enclosures, endorsements, pre and post sampling strategies, or report will be reviewed and signed by the vendors lead CIH. The CIH will be available to review protocols, methodologies, reports, and to occasionally provide on-site/telephone support on highly complex matters to their staff and MGVAMC Industrial Hygienist. The interested vendors will provide names of the IH personnel and documentation of the individual s IH experience, including credentials, with their technical quote(s) submission. The interested vendor must be able to demonstrate a minimum of 5 years of experience in providing a comprehensive range of IH and safety services. If the personnel performing the services do not possess CIH credentials, then at a minimum the vendor must provide CIH oversight as necessary. The interested vendors must provide the qualifications of each staff member that will be assigned to provide services described in this contract. The MGVAMC IH has the right to approve personnel providing services based on the qualifications submitted for review. The vendor will not substitute personnel without the written permission of the MGVAMC IH. Vendors staff shall be competent in MSWord, Excel, Access and PowerPoint. On site visits and work will be coordinated directly with the MGVAMC IH after PO has been issued. The vendor will use accredited laboratories for all sample analysis and determining sampling strategies and schemes. Site Visit and Hazard Assessment Completion (Reference Attachment 1) Completion of the Hazard Assessment (HA), Attachment 1, consists of evaluating the hazards for the processes within Attachment 2 through documentation using the draft HA provided. Quality Control/Quality Assurance Program: The vendor shall have a written quality control/quality assurance (QA/QC) program for data assessment and report submissions. Procedures/General Requirements Services The POC, unless otherwise an alternate is provided by the MGVAMC IH in writing, for scheduling, coordinating, and conducting the work required within paragraph 2 is: Ron Faull Industrial Hygienist Safety Office Mann-Grandstaff VA Medical Center Building 3, Room 110 4815 N Assembly St. Spokane, WA 99205 Phone: 509-434-7416 E-mail: ronald.faull@va.gov The MGVAMC IH monitors all technical aspects of the work and assists in scope of work administration and is authorized to perform the following functions: Ensure that the vendor meets the technical requirements of the scope of work Perform inspections necessary in connection with the SOW performance Maintain written and oral communications with the vendor concerning technical aspects of the contract Issue written interpretations of technical requirements, including government drawings, designs, specifications Monitor vendors performance. Coordinate availability of government-furnished property and provide site entry for vendor staff General applicability of codes, regulations and standards All work under this SOW shall be done in strict accordance with all applicable federal, state and local regulations and VA polices. All applicable codes, regulations and standards are adopted into these documents and will have the same force and effect as these SOW documents. The most recent edition of any relevant regulation, standard, document or code shall be in effect. Where conflict among the requirements or with these contract documents exists, the most stringent requirement(s) shall be utilized and applied. Task Evaluation The work effort of the vendors staff will be evaluated by the MGVAMC IH on an on-going basis. The vendor will develop, review and revise documents upon request. Work assignments will be provided by the MGVAMC IH and have been listed within Attachment 4. Document Development, Revisions & Review Documents related to the requested service will be reviewed by the MGVAMC IH. Documents include, but are not limited to; completed HA s for the processes reviewed, industrial hygiene sampling and analysis data and reports, inspection reports (internal and external), asbestos sampling, lead containing or lead based paint or material sampling, asbestos and lead assessments and operations and maintenance programs, etc. All final reports/products developed and provided as final copies by the vendor will be given to the MGVAMC IH in an editable adobe pdf and an editable Microsoft Word document format. Obtaining Information and Documents All inquiries and information requests to regulatory agencies should be conducted in a manner that minimizes adverse impact to facilities and only when expressly authorized by the MGVAMC IH. Electronic and web-based inquiries and searches are acceptable and should be used to the maximum extent possible. Blue prints, diagrams, etc. should be used where feasible to identify locations and areas of interest and concern. Reporting of Unsafe Conditions The vendor shall verbally report any non-compliance items to the MGVAMC IH. In instances where the circumstances would require any work stoppage, the MGVAMC IH shall be notified immediately and first; unless, the result of not issuing an immediate stop work order would be immediately dangerous to the life and health of the vendor staff, VA staff, patients, volunteers, and visitors. In this case, the vendor shall immediately stop the hazardous work condition and immediately notify the MGVAMC IH. If the MGVAMC IH is not available the vendor shall immediately notify the apprise the MGVAMC Safety Manager of the non-compliance for resolution. Personnel and Time The vendor shall provide qualified Industrial Hygienists for tasks assigned by the MGVAMC IH. Normal working hours are 8:00a.m. to 4:30 p.m., Monday through Friday except Federal Holidays. There will be times when performance of tasks will be required earlier or later in the day to accommodate the various work shifts of the Medical Center and construction operations. Vendor staff must be US citizens, speak English fluently and understandably, and be able to communicate effectively in writing in English. Work attire is business casual and may be adjusted based on the work to be accomplished. Business casual includes khaki slacks, cargo pocket trousers, polo shirt without emblems, dress or casual shirts. The wearing of hats (baseball style) is not permitted. Footwear shall be appropriate for hospital/industrial sites (no sandals, no open-toed shoes); vendor staff will need to have safety footwear (steel toed work shoes), and safety glasses available. The vendor shall provide the name of a Program Director responsible for the performance of the work. The individual should have full authority to act for the vendor on all matters relating to daily operations while performing services for the MGVAMC. The vendor shall designate this person in writing to the MGVAMC IH before the services start date. All contact information must be provided (telephone # s, email address, etc.). The vendor may be requested to provide services and support off-site, i.e. special projects within the scope of the services at a satellite facility of MGVAMC, as requested by the MGVAMC IH. Government Furnished Property & Services Work on the Medical Center campus typically will require considerable walking, climbing, standing, crawling, kneeling, moderate lifting, use of personal protective equipment, and the ability to be medically cleared for the wear of a respirator, provided by the vendor, for potential exposures to asbestos, lead, or other chemicals. Presentation of Tasks for Billing/Invoicing At completion of the services and support the vendor is required to submit an invoice No Later Than (NLT) 15 days after all approved final products have been received by the MGVAMC IH. Submittals to be Included with Quote The following submittals shall be provided by the vendor and will be used as part of the evaluation for work completion and payment of services to ensure the best value to the MGVAMC. Refer to the qualification (3.0) and evaluation (Attachment 1) sections for specific details necessary to be included to demonstrate the requirements. Company/Personnel Technical Qualifications: Vendor qualifications, work experience and business information Resumes of staff to be assigned to this support and services Quality Program Management approach showing an understanding of the tasking contained herein Quality Assurance/Quality Control Program Attachment 1 Attachment 1 Attachment 1 ATTACHMENT 2 LIST OF PROCESSES OFFERED FOR ASSESSMENT Tasks: Complete a hazard assessment form for each of the item control number listed in the below table, using the task evaluations below if applicable. 1. Develop a short narrative outlining the process for inclusion into the Hazard Assessment. 2. Evaluate current work practices to include collection of air samples to determine airborne dust/particulate levels. Provide recommendations for installation of system, i.e. hood to include local exhaust system to capture and remove dusts from work spaces. Recommendations must include a model, make, and electrical requirements for system to be recommended. a. Evaluation must include review of alternatives for room enclosures to isolate work practices and areas form other portions of building. 3. Collect noise measurements of compressor currently located in work space. Provide recommendations for alternative locations, placement, or compressor type to reduce elevated noise levels. Also include noise evaluation of other processes included within the attached Log of Schedule Corrective Action(s) to quantitatively determine staff exposures. 4. Quantitatively evaluate and collect air samples to determine vapors produced during application of Acetone, glues, adhesives, Loctite, and silicone products. Provide recommendations for installation of system, i.e. hood to include local exhaust system to capture and safely remove vapors and dusts from work spaces. Recommendations must include a model, make, and electrical requirements for system to be recommended. 5. Complete an individual Hazard Assessment for each of the elements listed within Hazard Description Task Review portion of the attached LOG OF SCHEDULE CORRECTIVE ACTION(s) - COMPLIANCE WITH SAFETY AND HEALTH STANDARDS MANN-GRANDSTAFF VA MEDICAL CENTER (MGVAMC). 6. Collect air samples (dust and vapor) to evaluate the processes the Technician uses the ½ Face Cartridge Respiratory Protection. 7. Collect noise and personnel dosimetry measurements for tools used within the area. 8. Review and determine if the materials and the Flammable Storage cabinet are adequate and appropriate for building, room, work area current locations and applications. ATTACHMENT 2 LIST OF PROCESSES OFFERED FOR ASSESSMENT 7. Delivery: See Statement of Work (SOW) for Period of Performance (POP), and location of work. 8. The provision at 52.212-1, Instructions to Offerors Commercial items (DEVIATION 20018-O0018), applies to this acquisition: 1. All offeror quotes for this solicitation must be received electronically through email to jared.zinsmeister@va.gov no later than 05/21/2020 1pm MST. 2. The solicitation number. 3. The name, address, and telephone number of the offer. 4. A technical description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 5. Price and any discount terms. 6. All questions must be submitted and received by 1pm MST on May 18, 2020. 9. The provision at 52.212-2, Evaluation Commercial Items (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror 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: Lowest priced quotation that meets all SOW requirements that is responsive and responsible. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), after its receipt, unless a written notice of withdrawal is received before award. 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.211-73 Brand Name or Equal. (JAN 2008) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to jared.zinsmeister@va.gov and received no later than 1pm MST on 05/21/2020. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 16. For information regarding the solicitation, please contact Jared Zinsmeister at jared.zinsmeister@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/af65bb36f41642a991c5772f32572acc/view)
- Place of Performance
- Address: Mann-Grandstaff VA Medical Center Building 3, Room 110 4815 N Assembly St. 99205, USA
- Zip Code: 99205
- Country: USA
- Zip Code: 99205
- Record
- SN05671435-F 20200529/200527230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |