Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
DOCUMENT

R -- Industrial Hygiene Environmental Engineering Services/IH/Safety Specialist - Attachment

Notice Date
6/20/2011
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
 
ZIP Code
21201
 
Solicitation Number
VA24511RP0160
 
Response Due
7/8/2011
 
Archive Date
9/6/2011
 
Point of Contact
Matthew Hamilton
 
E-Mail Address
5-7000
 
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-245-11-RP-0160 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 July 8, 2011 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 matthew.hamilton@va.gov. Requests for RFP clarification must be received at the same address by July 4, 2011, 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 541990. To be considered a small business under this NAICS code the SBA size standard must not exceed $7.0 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: Part 1 - Scope of Work 1.This is an indefinite delivery indefinite quantity contract (IDIQ). Tasks will be issued with scheduling terms that may be hourly, daily, weekly, monthly, yearly. The prospective bidder will submit a proposal for an all-inclusive hourly rate for: * On-site Industrial Hygiene support based on a per hour rate. The initial contract first quarter is 80 hours per week (2 individual (IH's) on-site, each for 40 hours). The successful contractor will provide Industrial Hygiene (IH/safety) services for the Martinsburg VA Medical Center. There will be occasional travel to our affiliated Community-Based Outpatient Clinics as described below. A list of facilities can be found in Attachment A - (Day trips, government furnished vehicle will be provided). 2.A. Contractor will provide on-site IH support with at least two individuals using the allotted per quarter hours provided (see paragraph 1above). B. Contract is for a minimum of one year, with 1 option year. Contract is to be awarded as an IDIQ services - hourly basis for each year of award with hours that can change per quarter, and adjusted quarterly with respect to forecasted workload by the COTR. The initial term of the contract for the first quarter is 80 hours per week [two individuals on-site]. 3.Provide IH services requested, including supplying technical equipment. Costs of required sampling supplies and costs of analysis of IH samples will be borne by the Martinsburg VA Medical Center. Contractor is to provide the following minimal technical equipment: 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, etc. All equipment is to be current in calibration. All equipment to be provided and maintained on-site, or available on-site within 48 hours. 4.All personal protective equipment for contractor personnel required to complete projects and services will be provided by the contractor for its personnel. 5.The contractor will use standard OSHA, EPA, NIOSH and ACGIH protocols to address all applicable federal, state, VA, and local IH regulations and requirements. The contractor will need to research the applicable State requirements and also use internal VA criteria standards, guidelines, and requirements or other documents specified. 6. The services to be provided within the on-site hours, at a minimum, will include such support as, but is not limited to: routine IH/safety inspections, attending meetings, review of or accomplishing the facility respiratory protection program [to include qualitative and quantitative fit testing and training], confined space entry inspections and program reviews, ergonomics program evaluations, hearing conservation program reviews, heat stress program reviews, hazard communication program audits, chemical inventories, MSDS reviews and maintenance, exposure monitoring, hazardous waste disposal program, lead abatement program, asbestos program, construction safety, Hazmat/Decon program, indoor air quality program, personal protective equipment program [risk assessments and selection], blood borne pathogens program review, and review of the Chemical Hygiene Plan. It is the contactor's responsibility to determine all applicable regulations for services provided. See Attachment B for a listing of Federal, State, Local, and internal regulations. Part 2 - Qualifications 1.Those interested in pursuing the contract must provide experienced IH personnel meeting the definition of the professional code of ethics and competencies of an IH by AIHA and the ABIH. The 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 (facilities maintenance, fire department, warehousing, etc.). The IH may have certifications such as CIH, CSP, CHMM and/or other nationally recognized equivalent certifications. The individuals should have expert knowledge of EPA and OSHA asbestos and lead requirements and demonstrable evidence of that knowledge. The interested contractors will provide names of the IH personnel and documentation of the individual's IH experience and credentials at the time the Request for Proposal (RFP) is submitted. A Certified Industrial Hygienist (CIH) or Registered Professional Industrial Hygienist (RPIH) is highly desirable but not required for on-site work; The company must have a CIH or RPIH available to review protocols, methodologies, reports, and to occasionally provide on-site support on highly complex matters or Program Management issues. 2.The interested contractors must be able to demonstrate a minimum of 5 years of experience in providing a comprehensive range of IH services in tertiary care hospitals. The prospective contractor must provide a minimum of 3 examples of comprehensive services conducted in large hospital settings. If the personnel performing the services do not possess CIH credentials, then at a minimum the contractor's project director must have the CIH certification, RPIH certification, or have a CIH or RPIH available on staff to review sampling methodologies and protocols and to countersign reports as requested by the COTR. 3.The interested contractors must provide the qualifications of each staff member that will be assigned to provide services described in this contract. The Martinsburg Safety Manager has the right to approve personnel providing services based on the qualifications submitted for review. The contractor cannot substitute personnel without the written permission of the Martinsburg VA Medical Center Contracting Officer Technical Representative (COTR). 4.Subcontracting work is forbidden without the express, written consent of the COTR. Any and all expenses incurred, should sub-contracting be authorized, will be borne by the Contractor (prime) without premium to the government. 5.Contracting Officer Technical Representative (COTR): The COTR is as follows: Dennis Pennett 510 Butler Avenue Martinsburg, WV 25405 Phone: 304-263-0811 x4582 FAX: 304-262-1401 E-mail: DENNIS.PENNETT@VA.GOV The COTR monitors all technical aspects of the contract and assists in contract administration. The COTR is authorized to perform the following functions: "Assure that the Contractor meets the technical requirements of the contract "Perform inspections necessary in connection with the contract performance "Maintain written and oral communications with the Contractor concerning technical aspects of the contract "Issue written interpretations of technical requirements, including government drawings, designs, specifications "Monitor Contractor's performance and notify both the Contracting Officer and Contractor of any deficiencies "Coordinate availability of government-furnished property and provide site entry of Contractor personnel A letter of designation issued to the COTR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COTR, especially with regard to changes in cost or price, estimates, or changes in delivery dates. The COTR is not authorized to change any of the terms and conditions of the resulting order. Part 3 - Procedures 3.1 Task Evaluation The contractor will attend various committee meetings as needed and attend training required by the medical center (hazcom, privacy awareness, etc.). The contractor will accomplish personnel monitoring, ergonomic evaluations, respiratory fit testing and training, OSHA-related program reviews, and other work to support the overall needs of the Safety Program, which includes Safety and Occupational Health, Hazardous Materials, GEMS(Environmental), Hazardous Waste, Infectious Waste, Universal Waste, Construction Safety, etc. The contractor will develop, review and revise documents upon request. Work assignments will be provided by the facility Safety Manager. 3.2 Document Development, Revision and Review Documents related to the requested service will be reviewed by the COTR. Documents include, but are not limited to; IH sampling data and reports, inspection reports (internal and external), hazardous chemical inventories, asbestos sampling, lead based paint or material sampling, asbestos and lead assessments and operations & maintenance programs, annual reports of hazardous waste disposal, and IH policies, protocols, and SOPs, and training records. 3.3 Building Tours and Employee Interviews Contractor personnel will tour all necessary areas and interview staff to gain a better understanding of current and historic work practices as well as to collect relevant data. Personnel shall gather information to assist in evaluating existing program compliance and effectiveness. Existing engineering, work practice and administrative controls, and required personal protective equipment will be documented. The contractor is responsible for identification and inspection of all areas of the facility required to complete a comprehensive evaluation of the areas/programs assigned based upon potential chemical hazards and exposures or risk-based work processes or functions. 3.4 Obtaining Information and Documents All inquiries and information requests to regulatory agencies should be conducted in a manner that minimizes adverse impact to facilities. 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. 3.5 Reporting of Unsafe Conditions. The contractor will verbally report any non-compliance item that presents an immediately dangerous to life and health (IDLH) condition and any conditions which may result in serious harm or death to an employee, patient, or visitor to the COTR. The contractor will submit a written report within three calendar days of reporting an imminent or serious non-compliant situation. 3.6 Previous IH Audit Review and Standardization The contractor shall review all previous and existing IH audits pertinent to assigned areas/subjects to determine if the findings addressed appropriate Federal, State, and Local safety and health regulations. The previous or existing audits will be used to determine if the findings are "repeat" findings. The contractor will submit review findings and recommendations to the COTR for review and action as appropriate. 3.8 Reports A.Reports: 1.The contractor will document all findings and results and provide the Martinsburg COTR with a comprehensive written IH report for each assignment in the accordance with the timeframes established by the COTR at the time of assignment. Some assignment documentation may be as simple as an email; others may require a formal report. 2.All non-compliant areas and operations shall be identified and included in an interim report within 5 days of the finding. 3.Draft reports will be provided to the COTR within the timeframes established by the COTR at the time of assignment. 4.The COTR will provide comments on draft report to the contractor in accordance to the timeframes established at the time of the submission of the report. 5.The contractor will submit the final report to the COTR in accordance with the timeframes established. 6.At a minimum, the draft and final project report shall include the following: a.A project summary. b.Method, scope, and procedures used for conducting the project. Equipment utilized to accomplish sampling and it calibration data. c.Identification of specific program deficiencies with associated reference to applicable Federal, State, and Local standards. d.Checklists, forms, tables, maps, sampling records, and other documentation that supports the project findings. Photos may be taken upon the approval of the facility for each situation. e.Overview of each major project area for compliance, noting both the level of compliance and non-compliance as well as recommended corrective actions. f.Findings and options for improving the site IH programs in order to better achieve regulatory compliance. g. Where pertinent, categorization of deficiencies under the Risk Assessment Code (RAC) classification procedure - see Attachment C "Hazard Severity/Probability Classification RAC Chart". g. Recommended actions for abatement and an estimate of associated costs, if pertinent. B.Quality Assurance 1.Project sampling methodologies, protocols, and findings will undergo quality assurance review by the contractor's Program Director prior to submittal to the facility Safety Manager, as required by the COTR. 2.The Quality Assurance review by the contractor's Program Director and any corrections will be completed within 5 days as required by the COTR. 3.Government monitoring. The government will periodically evaluate the contractor's performance to ensure services are received. This will be accomplished through inspections of reports of contact, reports, emails, and overall work products related to tasks assigned. All communication will be open and professional. Complaints validated by the COTR will be referred to the CO who will make final determination of validity. Failure of the contractor to correct validated deficiencies will be considered a failure to perform. C.Final Project Reports 1.A final hard copy of each individual project report incorporating appropriate changes from the draft report review shall be provided to the facility Safety Manager, as well as a copy in electronic media using Microsoft Word and/or Excel, or Acrobat (for any PDF files), including any photographs taken during the project. Electronic photographs shall be in JPEG; documents in PDF format are only acceptable if approved by the COTR. [Any and all pictures taken shall not include images of patients]. 2.All hard copies will be printed, to the extent feasible, double-sided and on rated recycled paper (30% or more recycled content). 3.All project results, findings, reports, etc. are the property of the Martinsburg VA Medical Center and the use of information gained by the contractor during the conduct of the IH projects is strictly prohibited. The contractor must abide by all Privacy Rules of the Medical Center with respect to personally identifiable information and personal health information. 3.9 Technical Support The contractor will provide technical support to assist in the clarification, interpretation, and explanation of findings for the duration of the contract. The contractor's personnel will be restricted from subsequent contract work performing corrective action work that is identified as deficiencies or non-conformities during the course of the project, unless approved by the COTR. Part 4 - Cost This is an indefinite delivery indefinite quantity contract. The prospective bidder will submit a proposal for an all-inclusive hourly rate for: * on-site IH support based on a per hour rate. The initial contract first quarter is 80 hours per week (~2 individual (IH's) on-site, including time required by the Program Director to review protocols, methodologies, and counter-sign reports when requested. Part 5 - Personnel, and Time A.The contractor will provide two (2) qualified Industrial Hygienists, each of whom will work full-time (~40 hours/week) on site. Additional hours, for special projects requiring additional personnel support may be requested. B.Individuals may be directed to accomplish travel (day trips) for inspections or program reviews at one of the CBOC's (Attachment A). A government-provided vehicle will be available for use. C.Individuals must have a valid state driver's license without any suspensions or restrictions based upon court decisions. D.Individuals must be US citizens, speak English fluently and understandably, and be able to communicate effectively in writing in English. E.Individuals may be required to complete security questionnaires and have a favorable result to be able to work on the contract. F.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. Collarless shirts are not permitted. The wearing of hats (baseball style) are not permitted. G.Normal working hours are 8:00a.m. to 4:30 p.m., Monday through Friday except Federal Holidays. There may 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. Daily time will be kept via time sheets that contract individuals complete daily and provide to the COTR. H.Contractor will provide the name of a Program Director responsible for the performance of the work. The individual should have full authority to act for the contractor on all matters relating to daily operations of this contract. The Contractor shall designate this person in writing to the Contracting Officer (CO) before the contract start date. All contact information must be provided (telephone #'s, email address, etc.). I.Employees provided by the contractor and found acceptable by the COTR will become key personnel and will not be able to be substituted or replaced without the approval of the CTOR. In the case of a key personnel leaving the employment of the contractor; the contractor will provide resumes of additional support employees for COTR approval. J. Invoicing: Invoice will be a summary page with substantiating documentation showing hours worked/billed in increments of quarter hours. Documentation substantiating the invoice (daily hour logs) must be provided in excel format in addition to the invoice on a monthly basis. Part 6 - Government Furnished property and services Administrative support. The VA will provide normal office administrative support services to include such items as telephone, computer, and utilities. The VA will provide a vehicle, as needed, to accomplish tasks on station that require a vehicle and for off-station trips. Work on the Medical Center campus 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 contractor for potential exposures to asbestos, lead, or other chemicals. Part 7 - Evaluation of Criteria Factors Attachment D "Evaluation Factors for Proposals for Industrial Hygiene Services Contract Award" will be used to evaluate all proposals submitted for the IH Audit project. Attachment A Facility Listing 1.Martinsburg VA Medical Center, 510 Butler Avenue, Martinsburg, WV 25405 2.Cumberland Outpatient Clinic, 200 Glenn Street, Cumberland, MD 21502 3.Franklin Contract Outpatient Clinic, 314 Pine Street, Franklin, WV 26807 4.Hagerstown Outpatient Clinic, 1101 Opal Court Hagerstown, MD 21742 5.Harrisonburg Contract Outpatient Clinic, 847 Cantrell Avenue, Harrisonburg, VA 22802 6.Petersburg Contract Outpatient Clinic, Petersburg, WV 26847 7.Stephens City Outpatient Clinic 170 Prosperity Drive, Winchester, VA 22602 8.Fort Detrick, Frederick Outpatient Clinic Attachment B Federal, State, Local, and Internal Regulations Federal Regulations: 29CFR 1910 OSHA General Industry Standards 29CFR1926 OSHA Construction Standards 29CFR1960 Basic Program Elements for Federal Employees OSHA CPL 02-00-078* Regional Ergonomics Program ANSI Z136.1 - 2007 Safe Use of Lasers ANSI Z136.3 - 2005 Safe Use of Lasers in Health Care Facilities OSHA STD 01-05-001Guidelines for Laser Safety and Hazard Assessment 40CFR171 Certification of Pesticide Applicators 40CFR763 Asbestos 42CFR84 Respiratory Protective Devices OSHA Technical Manual, Section VI, Chapter 2 Controlling Occupational Exposure to Hazardous Drugs. State and Local Regulations: The contractor will research and apply all applicable State and Local regulations as necessary. Internal Regulations: VA Directive 7700 Occupational Safety and Health VA Directive Latex Sensitivity/Allergy VHA Directive 2011-007 Required Hand Hygiene Practices VHA Directive 2010-036 Asbestos Management Program VHA Directive 2010-7701 Occupational Safety and Health VHA Directive 2010-032 Safe Patient Handling Program and Facility Design VHA Directive 2010-006 Methicillin-resistant Staphylococcus aureus (MRSA) Prevention Initiative VHA Directive 2009-065 Waste Minimization and Compliance Report (RCN 10-99-904) VHA Directive 2009-039 Fire Incident Reporting VHA Directive 2009-026 Location, Selection, Installation, Maintenance, and Testing of Emergency Eyewash and Shower Equipment VHA Directive 2009-009 Domestic Hot Water Temperature Limits for Legionella Prevention and Scald Control VHA Directive 2008-074 Carbon Monoxide Detectors in VHA Quarters VHA Directive 2008-058 Veterans Canteen Service Participation in the VHA Occupational Safety and Health Fire Protection Program VHA Directive 2008-055 Management of Lead-based Paint in VHA Housing and Child-occupied Facilities VHA Directive 2008-052 Smoke-Free Policy for VA Health Care Facilities VHA Directive 2008-022 Reasonable Accommodation in Federal Employment VHA Directive 2008-020 Patient Transportation Program VHA Directive 2008-011 Electrical Safety Policy for Patient Care Equipment VHA Directive 2008-010 Prevention of Legionella Disease VHA Directive 2006-056 Electrical Power Distribution Systems VHA Directive 2006-033 OSHA Reporting And Recordkeeping Of Work-Related Injuries And Illnesses Utilizing The Automated Safety Incident Surveillance And Tracking System (ASISTS) VHA Directive 2006-021 Reducing The Fire Hazard Of Smoking When Oxygen Treatment Is Expected VHA Directive 2006-007 Ensuring the Security and Availability of Potable Water at VHA Facilities VHA Directive 2006-001 Accounting for Recycling Revenue at VHA Facilities VHA Directive 2005-037 Planning for Fire Response VHA Directive 2005-028 Oxygen Distribution Systems VHA Directive 2005-011 VHA Green Environmental Management System (GEMS) and Governing Environmental Policy Statement VHA Directive 2005-007 Fire Code Reviews of Delegated Construction Projects VHA Directive 2004-032 Emergency Planning and Community Right-To-Know Program VHA Directive 2004-012 Safety and Health During Construction Activities VHA Directive 2003-045 Steps Required to Establish a Practical Medical Center Emergency Mass-Casualty Decontamination Capability VHA Directive 2003-030 Management of Hazardous Chemicals VHA Directive 2003-018 Management Of Mercury In Veterans Health Administration Facilities VHA Directive 2001-036 Pollution Prevention (P2) Program VHA Directive 2001-032 Automated Safety Incident Surveillance And Tracking System (ASISTS), The Electronic Submission Of Forms Ca-1 And Ca-2 VHA Directive 2000-026 Continuing The Ban On The Use Of Herbicide 2,4- Dichlorophenoxyacetic Acid VHA Handbook 7701.1 (2010) Occupational Safety and Health (OSH) Program Procedures VHA Handbook 1100.16 (2009). Accreditation of VHA Medical Facility and Ambulatory Programs VHA Handbook 1850.02(2009) Pest Management Operations VHA Handbook 1106.01(2008) Pathology and Laboratory Medicine Service Procedures VHA Handbook 0320.03 (2008) Disaster Emergency Medical Personnel System (DEMPS) Program and Database VHA Handbook 1109.03 (2007) Nutrition and Food Services Safety VHA Handbook 1620.1 (2005) Department of Veterans Affairs Voluntary Service Procedures VHA Handbook 1443.2 (2004) VHA Community Nursing Home Oversight Procedures VHA Handbook 1006.1 (2004) Planning and Activating Community-Based Outpatient Clinics VHA Handbook 1850.4 (2002) Employee Uniforms VHA Handbook 0320.2 (2000) Veterans Health Administration Emergency Management Program Procedures Attachment C Hazardous Severity/Probability Classification RAC Chart RAC (Risk Assessment Code): The RAC is an expression of risk that combines the elements of severity and mishap probability (i.e., IA, IIB). Using the matrix shown below, the RAC is expressed as a single Arabic number that can be used to help determine hazard abatement priorities. Risk Assessment Code PROBABILITY SEVERITYABCD I5543 II5443 III2222 IV2211 Table Key: 5-Critical, 4-Serious, 3--Moderate 2-Minor, 1-Negligible (1) SEVERITY: Severity categories shall be assigned by Roman numerals according to the following criteria. a.Category I--Catastrophic: This hazard may cause death or loss of a facility. b.Category II--Critical: May cause severe injury, severe occupational illness, or major property damage. c.Category III--Marginal: May cause minor injury, minor occupational illness, or minor property damage. d.Category IV--Negligible: Probably would not affect personal safety or health, but is nevertheless in violation of OSHA, VA, or a consensus standard. (2) PROBABILITY: Probability shall be assigned an Arabic letter according to the following criteria: a. Subcategory A--Likely to occur immediately or within a short period of time. b.Subcategory B--Probably will occur in time. c.Subcategory C--May occur in time. d.Subcategory D--Unlikely to occur. (3) IMMINENT DANGER: A hazardous situation for which a RAC of Category IA or IIA has been assigned. Attachment D Evaluation Factors for Proposals for Industrial Hygiene Compliance Services Contract Award Proposals shall be evaluated on the criteria below. All evaluation factors, other than cost or price, when combined, are significantly more important than the cost or price. Technical Evaluation Criteria 1. Experience: a.COMPANY In order to be considered for the award, the offeror must provide information regarding previous industrial hygiene (IH) work experience. Information should include the type/number of IH compliance work conducted over the past 3-5 years, as well as specific information on the type and size of facilities where work was performed and the services provided. Information provided should demonstrate offeror experience with similar work. b.Personnel Qualifications: In order to be considered for awarding the project, the offeror must be able to provide personnel needed to complete all phases of the work stated in the statement of work. Personnel performing IH compliance services shall have, at a minimum, a degree in engineering or biological or physical science with an emphasis on chemistry - organic. The employees must have had experience performing Industrial Hygiene work in the past. Personnel will be evaluated according to their educational qualifications as well as their experience with IH audits and similar work. The offeror is to provide at least five resumes for the COTR to review from which two individuals will be selected to provide the support. The offeror is not permitted without the approval of the COTR to replace key personnel originally identified to conduct IH support. 2. Past Performance: COMPANY - The offeror will provide a minimum of 3 past performance references for work similar in cost and technical scope. Past performance references shall identify the Agency name and the point of contact phone number, contract or delivery order number, a brief scope of contract, and contract value. EMPLOYEES OFFERED TO PROVIDE SUPPORT: For each resume provided for selection there must be three (3) references provided. Past performance references shall identify the name of the company or client where the employee has worked, and a point of contact with phone number and email address. Additionally as a brief scope of support the employee provided for the company or client. 3. Pricing/Cost Evaluation: Each cost proposal shall be evaluated separately. Given this is an IDIQ hourly services contract it is to be priced per hour of service delivered.. Technical Evaluation Criteria: ExcellentAbove AverageSatisfactory Technical - Company Technical - Individual(s) Past Performance - Company Past Performance - Individual(s) Pricing ranges RatingDescription Technical Excellent - CompanyCompany has experience providing industrial hygiene consultation or services to the VA, other federal healthcare provider network provider Technical Above Average - CompanyCompany has experience providing industrial hygiene consultation or services to the VA, other federal healthcare provider network, or healthcare provider Technical Satisfactory - CompanyCompany has experience providing industrial hygiene consultation or services to a wide variety of companies other than healthcare Technical Excellent - Individual(s)Individual presented for consideration for contractual work is an Industrial Hygienist with 10 or more years of experience. Technical Above Average - IndividualIndividual presented for consideration for contractual work is an Industrial Hygienist with 5 or more years of experience. Technical Satisfactory - IndividualIndividual presented for consideration for contractual work is an Industrial Hygienist or individual with industrial hygiene experience with less than 5 years of experience providing consultation or services to private sector healthcare providers or general industry. 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/VAMHCS512/VAMHCS512/VA24511RP0160/listing.html)
 
Document(s)
Attachment
 
File Name: VA-245-11-RP-0160 VA-245-11-RP-0160.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=211608&FileName=VA-245-11-RP-0160-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=211608&FileName=VA-245-11-RP-0160-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02477042-W 20110622/110620234631-b1a0ada4d87d8f397b57edfa1786215f (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.