DOCUMENT
B -- On-site (EMR) hazard assessment - Attachment
- Notice Date
- 3/6/2018
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;Tuscaloosa VA Medical Center;3701 Loop Road East;Tuscaloosa AL 35404-5088
- ZIP Code
- 35404-5088
- Solicitation Number
- 36C24718Q9036
- Response Due
- 3/7/2018
- Archive Date
- 5/6/2018
- Point of Contact
- Terri Hudson
- E-Mail Address
-
4-2854<br
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Synopsis This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potential qualified small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time, but may be issued at a later date. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested not will it compensate any respondent for any cost incurred in developing information provided to the Government. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541620 Environmental Consulting Services. The size standard for NAICS 541620 is $15M. The Birmingham VA Medical Center is seeking Service Disable Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) to provide all labors and materials necessary in the performance of the requirement as provided in the Statement of Work (SOW) below. Interested SDVOSB/VOSB firms are requested to provide their aforementioned information, along with interest and capability statements no later than March 7, 2018. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. All potential offerors are reminded that lack of registration in the System for Award Management (https://www.sam.gov) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation and any associated amendments. The Government is also interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, and Woman Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc.). Submissions to this notice may be emailed to Contract Specialist, Network Contracting Office 7 at terri.hudson@va.gov. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a solicitation announcement published separately. See Statement of Work provided below for further details of requirement. STATEMENT OF WORK Electromagnetic Radiation/Resonance (EMR) Hazard Assessment Birmingham Veteran s Affairs Medical Center (BVAMC) Background Information: To ensure compliance with Federal Communications Commission (FCC) regulations with respect to radio frequency electromagnetic (RF-EME) levels a hazard assessment is required of the facility (BVAMC) to determine FR-EME exposure levels from wireless communications equipment installed at the facility. Scope of Work: The contractor will perform an on-site Electromagnetic Radiation/Resonance (EMR) hazard assessment of the Birmingham VA Medical Center per FCC regulations (Office of Engineering and Technology (OET) Bulletin 65 in particular) and compliance with Occupational Safety and Health Administration (OSHA). Performance Period: The term of the contract will be a one (1) time FR-EME emissions survey conducted during fiscal year 2018. General Requirements: Location: BVAMC, 700 South 19th Street, Birmingham, AL 35233. The facility consists of an eleven (11) story hospital, a six (6) story Blind Rehabilitation wing and a four (4) story Research wing. Primary Contact will be the Contracting Officer Representative (COR), Industrial Hygienist, Safety Service, Room 2710, (205) 933-8101, ext. 2573 or (205) 807-26701 (cell). Specific Requirements: The assessment will include a report that shall clearly provide an executive summary of findings, antenna inventory (active/inactive), photographs and sit plan with antenna locations, and graphical representation of on-site monitoring results. The assessment will include the categorizing the antenna into the appropriate category referenced by Institute of Electrical and Electronics Engineers (IEEE) Standard C95.7-2005 IEEE Recommended Practice for Radio Frequency Safety Program, 3kHz to300 GHz. Contractor Requirements: Provide a written report to the Chief, Occupational Safety and Health, GEMS & Emergency Management Programs and to the Contracting Officer Representative (COR), Industrial Hygienist, Safety Service of the BVAMC within 30 days of the assessment. Government Responsibilities Provide access to the BVAMC. Provide COR (BVAMC point of contract (POC): name, email and contact phone. Record Management Requirements Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. [Agency] and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of [Agency] or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to [Agency]. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to [Agency] control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and [Agency] guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with [Agency] policy. The Contractor shall not create or maintain any records containing any non-public [Agency] information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. The [Agency] owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which [Agency] shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take [Agency]-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. [Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.] D. Flowdown of requirements to subcontractors The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. References Office of Engineering and Technology (OET) Bulletin 65 Evaluating Compliance with FCC Guidelines for Human Exposure to Radiofrequency Electromagnetic Fields https://transition.fcc.gov/Bureaus/Engineering_Technology/Documents/bulletins/oet65/oet65.pdf IEEE Standard C95.7-2005 - Standard for Safety Levels with Respect to Human Exposure to Radio Frequency Electromagnetic Fields, 3 kHz to 300 GHz http://emfguide.itu.int/pdfs/C95.1-2005.pdf
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC679/TuVAMC679/36C24718Q9036/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q9036 36C24718Q9036.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129247&FileName=36C24718Q9036-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129247&FileName=36C24718Q9036-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q9036 36C24718Q9036.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4129247&FileName=36C24718Q9036-000.docx)
- Record
- SN04844625-W 20180308/180306231509-e098b98f77db7fbc17b762acae8c5642 (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 |