SOURCES SOUGHT
R -- Safety & Environmental Consulting Services
- Notice Date
- 1/24/2022 8:40:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0263
- Response Due
- 1/3/2022 12:00:00 PM
- Archive Date
- 02/02/2022
- Point of Contact
- mark.smith25@va.gov, Mark Smith, Phone: 410-642-2411
- E-Mail Address
-
Mark.Smith25@va.gov
(Mark.Smith25@va.gov)
- Awardee
- null
- Description
- ii DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. The Department of Veterans Affairs is conducting market research in order to provide Industrial Hygiene, Safety and Environmental On-Site Support type services at the Martinsburg WV, VA Medical Center. The Government anticipates awarding a Firm Fixed Price contract that will provide the support services listed within the below Draft Statement of Work. OBJECTIVE: See Draft SOW. RESPONSE INSTRUCTIONS: Name and Address of Company Any small business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Mark Smith at Mark.Smith25@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to Mark.Smith25@va.gov no later than 3:00 PM EST on 1/31/2020. STATEMENT OF WORK Martinsburg VA Medical Center Industrial Hygiene, Safety and Environmental On-Site Support Table of Contents 1. STATEMENT OF WORK 1 1.1. Background 1 1.2. Extent of Work 1 1.2.1. Industrial Hygiene & Safety Services 2 1.2.1.1. Ad Hoc Services 2 1.2.1.2. Quantitative Exposure Assessments 3 1.2.2. Environmental Services 3 1.2.2.1. Ad Hoc Services 3 1.2.2.2. Land Use Covenants Annual Inspections 4 1.2.2.3. Integrated Contingency Plan Update 4 1.2.2.4. Aboveground Storage Tank Certification 5 1.2.2.5. Quarterly Stormwater Sampling and Testing 6 1.2.2.6. Annual Carwash Discharge Sampling and Testing 7 1.2.2.7. Annual Polyfluoroalkyl Substance (PFAS) Sampling and Testing 8 1.3. QUALIFICATIONS 8 1.3.1. Industrial Hygienist 8 1.3.2. Safety Personnel 9 1.3.3. Environmental Personnel 9 1.3.4. Company Information 10 1.4. Quality Control/Quality Assurance Program 10 2. PROCEDURES/GENERAL REQUIREMENTS 10 2.1. Contracting Officer Representatives 10 2.2. General applicability of codes, regulations, and standards 11 2.3. Safety Requirements 11 2.4. Document Development, Revisions & Review 11 2.5. Obtaining Information and Documents 11 2.6. Reporting of Unsafe Conditions 11 3. PERSONNEL AND TIME 12 4. GOVERNMENT FURNISHED PROPERTY & SERVICES 12 5. PRESENTATION OF TASKS FOR BILLING/INVOICING 12 Attachment 1 Campus Map 17 6 Industrial Hygiene, Safety and Environmental Consultation & On-Site Support for the Martinsburg VA Medical Center Safety Office STATEMENT OF WORK Background The mission of the Department of Veterans Affairs is to provide the highest quality healthcare to our nation s veterans. To support this mission we must provide safe, clean and environmentally compliant facilities. The Martinsburg VA Medical Center (MWV) operates a medical hospital, rehabilitation units, out-patient residential treatment with housing, and long-term care units on a campus of approximately 180 acres. With the operations of a hospital, there is the potential to affect the safety, health, and well-being of staff, patients, and the public as a result or workplace exposures typically found in a healthcare setting or maintenance of a healthcare facility. MWV provides for its own facility maintenance through a variety of trades shops (e.g., plumbers, electricians, boiler plant, chiller plant, water production and distribution, transportation, fire department, etc.). We are support to an on-site laundry facility. Inherent with these operations and hospital functions are a myriad of workplace exposures that must be monitored to ensure that workplace safety standards are maintained. Workplace hazards can be attributed to anesthetic gases, mold, formaldehyde, asbestos, lead, noise, dust, infectious diseases, and a myriad of other potential environmental exposures. In addition to impacts on employee and patient health and safety, environmental impacts are also present that must be managed. MWV is a small quantity generator of hazardous waste and handles and properly disposes infectious waste and universal waste. MWV is also covered by National Pollution Discharge Elimination System (NPDES) discharge permits for stormwater and carwash effluent and an air emissions permit for the facilities boilers and emergency generators. In addition, the facility maintains eight registered petroleum aboveground storage tanks (ASTs). Extent of Work This will be an indefinite delivery/indefinite quantity contract Single Award Task Order Contract (SATOC) with task orders issued for services relevant to this scope of work. In general, the purpose of the contract is to provide as needed on-site industrial hygiene (IH), safety, and environmental consulting services to the MWV Safety Office. The contract will support the following locations: main medical center campus at 510 Butler Avenue, Martinsburg, WV off-site office complex at 400 Foxcroft Avenue, Martinsburg, WV Community Based Outpatient Clinics Cumberland, MD 200 Glen Street, Cumberland, MD Ft. Detrick, MD 1433 Porter Street, Frederick, MD Franklin, WV 91 Pine Street, Franklin, WV Hagerstown, MD 1101 Opal Street, Suite 202, Hagerstown, MD Harrisonburg, VA 1755 South High Street, Harrisonburg, VA Petersburg, WV 15 Grant Street, Petersburg, WV Stephens City, VA 170 Prosperity Drive, Winchester, VA (proposed to be moved) The contractor will use standard Occupational Health and Safety (OSHA), Environmental Protection Agency (EPA), West Virginial Department of Environmental Protection (WVDEP), Maryland Department of the Environment (MDE), Virginia Department of Environmental Quality (VDEQ), 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 contractor will need to research the applicable state requirements, VA standards, guidelines, and requirements, The Joint Commission or other documents as specified. Industrial Hygiene & Safety Services Ad Hoc Services The contractor shall provide ad hoc on-site consulting services which may include inspections, respiratory protection qualitative and quantitative fit testing, presentation of safety & IH related training, development of safety & IH related training, confined space risk assessment review, job hazard analyses, qualitative exposure assessments, sound level studies, RF Surveys, and general program development. Contractor will utilize MWV Safety Office forms to complete such tasks. Program and training development work products shall be submitted using MWV s format in an electronic, editable MS Word/MS Excel /MS PowerPoint document lacking the contractor s branding unless otherwise specified. Costs of required sampling supplies and costs of analysis of IH samples will be borne by the MWV Safety Office. Necessary equipment for such services will be borne by the contractor unless otherwise specified in the task order. Ad hoc service may be required for an emergency response event whereby the contractor would be required to be on-site within 24 hours of notice to proceed. Quantitative Exposure Assessments Quantitative exposure assessments for known hazards will be a regular and reoccurring tasking each contract year. Contractor shall schedule monitoring to occur within 2-4 weeks of request by program office/COR. Chemical exposure monitoring shall include either passive badges or personal sampling pumps with in-line media; whichever is better suited for the analyte being sampled and provides the best limits of detection. Direct read instrumentation may be utilized for baseline area monitoring only for chemical exposure monitoring. Contractor shall physically monitor and observe work activities and important details affecting exposure, e.g., container sizes, pour-offs vs static containers, air flow, etc., throughout the duration of the sampling event and document using a log. The Similarly Exposed Group (SEG) shall be documented during the sampling. For physical hazards, e.g., noise, direct read instrumentation will be required and unless otherwise specified will be the responsibility of the contractor to provide. The contractor shall prepare a final report which details sampling and laboratory methodologies, summarizes activities observed and monitored, reviews and evaluates laboratory data, e.g., identification of sampled employees (full name, last four and job title), 8-hour time weighted average, and/or short-term excursion limit, 95% confidence limits and whether its anticipated results are at acceptable levels in accordance with OSHA and other applicable consensus standards, e.g., ACGIH, NIOSH. Contractor shall provide a discussion of results as they related to activities and work practices used along with any recommendations for process improvements, PPE, further testing, program development requirements, etc. All quantitative exposure monitoring reports will be submitted on contractor letter head in an Adobe PDF file format signed by the sampler/report writer and the CIH reviewer. All reports will be submitted to the program office/COR within 10 working days of their receipt of the monitoring results. Environmental Services Ad Hoc Services The contractor shall provide ad hoc on-site environmental consulting services which may include inspections, training, and general program development. Contractor will utilize MWV Safety Office forms to complete such tasks when available. Program and training development work products shall be submitted using MWV s format in an electronic, editable MS Word/MS Excel /MS PowerPoint document lacking the contractor s branding unless otherwise specified. Ad hoc service may be required for an emergency response event whereby the contractor would be required to be on-site within 24 hours of notice to proceed. Land Use Covenants Annual Inspections MWV maintains land use covenants (LUCs) with institutional controls (IC) with the WVDEP for existing groundwater contamination. For the duration of the LUCs, MWV is required to conduct an annual inspection, sample and test the facility production wells, and provide documentation to the WVDEP certifying that the LUC requirements are being followed. The contractor will conduct an annual assessment of the implementation of the LUCs to include, but not limited to, operation and maintenance of the water treatment plant aeration tower and granular activated carbon (GAC) systems. As part of the assessment of the LUCs, the contractor will check the groundwater temperatures at MW-4 quarterly to evaluate any continued effects resulting from a previous steam condensate leak in this area. The inspection will be documented on a two-page inspection form provided by the facility. The annual inspection will include the collection and testing of one set of samples from each of the three active production wells and one set of samples from the finished water from the drinking water plant. Each set of samples will be tested for Target Compound List-Volatile Organic Compounds (TCL-VOCs). The results of the annual assessment and groundwater sampling event, along with a recommendation on whether the LUCs that are in place continue to be sufficient or whether additional measures may be required, will be summarized in an annual inspection report. The draft inspection report shall be submitted to MWV for approval. Once approved internally, the inspection report will be submitted to the WVDEP by the contractor for review and approval. The report shall be submitted in Adobe PDF or similar on contractor letterhead and signed by report writer/sampler and a signature of registered Professional Engineer (PE) reviewer. Integrated Contingency Plan Update Contractor will update MWV s existing Integrated Contingency Plan (ICP) and provide an associated implementation plan, as needed, in accordance with the current 40 CFR 112 regulation based upon the guidance within Subpart A- Applicability, Definitions, and General Requirements for All Facilities and All Types of Oil, 112.1- General applicability (d) (2) (i) and (d) (2) (ii). MWV will provide the current ICP with any documented facility changes since the prior update to the contractor for use in an MS Word format. Contractor will be responsible to furnish all personnel and equipment to update the ICP. Contractor shall coordinate with COR to collect required information to support the development of the updated plan. Existing infrastructure shall be reviewed as part of the update to ensure compliance with regulatory and industry standards. Contractor will incorporate other requirements in accordance with Federal and state regulations to ensure the ICP represents a single, comprehensive document. Other requirements are as follows: Oil Pollution Prevention regulations- 40 Code of Federal Regulations (CFR), Part 112; Oil and Hazardous Substance Pollution Contingency Plan regulations- 40 CFR, Part 300.210 (National Oil and Hazardous Substance Pollution Contingency Plan); Hazardous Waste Contingency Plan regulations- 40 CFR, Part 265.52; Hazardous Waste Emergency Procedure regulations- 40 CFR, Parts 262.34, 265.56, and 265.196; Hazardous Material and Waste Inspection regulations- 40 CFR, Parts 165.10, 262.34, 265.15, 265.174, 265.195, 265.1101, and 761.65; Hazardous Waste Training regulations- 29 CFR, Part 1910.120 and 40 CFR, Part 264.16; Emergency Response Plan regulations- 29 CFR, Part 1910.120; Hazard Communication Program regulations- 29 CFR, Part 1910.1200; Hazardous Substance Designation, Reportable Quantities, and Notification regulations at 40 CFR, Part 302; Emergency Planning and Notification regulations- 40 CFR, Part 355; Hazardous and Toxic Chemical Release Reporting and Community Right-to-Know regulations- 40 CFR, Parts 370 and 372; Underground Storage Tank (UST) Inspection regulations- 40 CFR, Part 280 (Subparts C and D); Flammable and Combustible Liquid Storage Inspection regulations- 29 CFR, Part 1910.106; and Community Planning and Right to Know Act of 1986 Section 301(c), 303(d)(1), 304. The ICP shall be submitted in Adobe PDF format and must be reviewed, certified and stamped by a registered PE. Additionally, one unsigned MSWord version shall also be provided for MWV to redline and update throughout the year. Seven copies in hard copy must also be submitted with the PE stamped printed version of the ICP. This plan would need updated every three years. Last update 2021. Aboveground Storage Tank Certification The WVDEP requires registered aboveground storage tanks (ASTs) to be certified Fit for Service by a certified, third-party inspector every three years in accordance with the Aboveground Storage Tank (AST) Act and implementing regulations in Title 47 Codes of State Rules Section 63 (47 CSR 63), Aboveground Storage Tanks. This task is intended to meet triennial external certification requirements. The contractor will inspect the facilities registered ASTs per the schedule below. First Triennial Inspection must be completed prior to December 1, 2022 and next prior to December 1, 2025: ASTs 1 and 2 Vertical, 75,000-gallon, single-walled steel tanks containing heating oil; AST 3 Horizontal, 8,000-gallon, concrete encased double-wall tank. This tank is comprised of two, 4,000-gallon compartments containing diesel fuel and gasoline; AST 5 Horizontal, 10,000-gallon, concrete encased double-wall tank containing E-85 ethanol; AST 8 Horizontal, 5,200-gallon, concrete encased double-wall tank containing diesel fuel; and ASTs 9 and 10 Vertical, 30,000-gallon, double-walled steel tanks containing diesel fuel. First Triennial Inspection must be completed prior to December 1, 2023 and next prior to December 1, 2026: AST 504-BT 3,400-gallon, double-walled steel emergency generator belly tank containing diesel fuel. The tanks shall be inspected in accordance with the external inspection and certification requirements of 47 CSR 63 by a registered Professional Engineer licensed in the state of West Virginia or an inspector certified by either the Steel Tank Institute (STI) or American Petroleum Institute (API). The contractor shall prepare a report for each tank that details all aspects of the tank and highlights any deficiencies that must be addressed for the tank to meet the minimum standards and remain fit for service. Deficiencies and recommended best management practices will be summarized in the report along with West Virginia Annual Inspection Certification forms for each tank. Quarterly Stormwater Sampling and Testing Stormwater discharges from the facility are covered by a National Pollution Discharge Elimination System (NPDES) permit. The facility is required to sample facility stormwater discharges from three locations on a quarterly basis for the periods December 1st to February 28th, March 1st to May 31st, June 1st to August 31st, and September 1st to November 30th. The Contractor shall provide the facility with laboratory-supplied sampling bottles for the analysis of: Biological Oxygen Demand (BOD), 5-day (3 samples/event); Total Suspended Solids (TSS) (3 samples/event); Ammonia Nitrogen (3 samples/event); Cyanide (2 samples/event); Total Chloride (2 samples/event); Total Nitrite/Nitrate (3 samples/event); Total Iron (3 samples/event); Chemical Oxygen Demand (COD) (3 samples/event); and Oil and Grease (3 samples/event). The Contractor shall also provide laboratory chain-of-custody and labeling prior to the subsequent sampling period. Unless otherwise requested, the facility will be responsible for collecting and coordinating submission of the laboratory samples to the Contractors designated West Virginia Department of the Environment (WVDEP) certified wastewater testing laboratory within the required sample holding times. The Contractor may also be requested to collect discharge grab samples and field pH in accordance with the sampling parameters listed in the NPDES permit with regard to rain event magnitude, frequency, and sample collection time and submit the samples for testing by a WVDEP certified wastewater testing laboratory. Samples will be submitted to the testing laboratory for analysis of the analytical parameters listed above for standard turn-around time (TAT) analysis. The contractor will provide the original sample testing data results along with a copy of the facilities Stormwater Sampling Notes sheet prior to the 15th of the month subsequent to the end of the requested sampling period. Annual Carwash Discharge Sampling and Testing Discharge from the facility recycling carwash is covered by a separate NPDES permit. In accordance with this permit, the discharge from the carwash must be sampled and tested on an annual basis. The Contractor shall provide the facility with one set of laboratory-supplied sampling bottles for the analysis of: BOD, 5-day (Influent); BOD, 5-day (Effluent); TSS; Total Chloride; Oil and Grease; and Total Phosphorous. The Contractor shall also provide laboratory chain-of-custody and labeling. Unless otherwise requested, the facility will be responsible for collecting and coordinating submission of the laboratory samples to the Contractors designated West Virginia Department of the Environment (WVDEP) certified wastewater testing laboratory within the required sample holding times. If requested prior to the start of the subsequent sampling period, the Contractor will collect discharge grab samples and field pH (influent and effluent) in accordance with the sampling parameters listed in the NPDES permit with regard to rain event magnitude, frequency, and sample collection time and submit the samples for testing by a WVDEP certified wastewater testing laboratory. Samples will be submitted to the testing laboratory for analysis of the analytical parameters listed above for standard turn-around time (TAT) analysis. The contractor will provide the original sample testing data results along with a copy of the facilities Carwash Discharge Sampling Notes sheet. Annual Polyfluoroalkyl Substance (PFAS) Sampling and Testing The Contractor will sample the facilities finished drinking water for laboratory testing for PFAS on an annual basis. The Contractor will be responsible for collecting the samples in accordance with current US Environmental Protection Agency (EPA) guidance with regard to PFAS sample collection. The samples will be submitted to a WVDEP certified wastewater testing laboratory. The Contractor will provide a letter report detailing, at a minimum, the following: Sample date, time, and location; Sampler s name; Sampling methodology and equipment; Laboratory certification and analytical results; and Analytical results compared to existing or proposed PFAS standards. QUALIFICATIONS Industrial Hygienist Those interested in pursuing the contract must provide experienced IH personnel meeting the definition of the professional code of ethics and competencies of an Industrial Hygienist by American Industrial Hygiene Associates (AIHA). The Industrial Hygienist will have the experience and education (minimum of a BS) needed to provide a comprehensive range of services at a complex medical center. This should include at least five years of IH related field experience. The Industrial Hygienist should have knowledge and education relating to the health care field and industrial operations (facilities maintenance, fire department, laundry, warehousing, etc.). The individuals should have expert knowledge of OSHA regulations and have demonstrated evidence of expert knowledge of and work history with asbestos, lead, mold, indoor air quality complaint investigations, confined space risk assessments, and personal exposure monitoring (both qualitative and quantitative). A Certified Industrial Hygienist (CIH) is not required for on-site work; however, the contractor must have a CIH available to provide general QA/QC, review protocols, methodologies, reports, and to occasionally provide on-site / telephone support on highly complex matters or program management issues related to IH tasking. The interested contractors will provide names of the IH personnel that will be assigned to provide services along with documentation of the individual s IH experience, education, credentials, and certifications at the time the Request for Proposal (RFP) is submitted within their technical proposal submission. The Industrial Hygienist should have knowledge and education relating to the health care field, industrial operations, and construction/renovation activities; VA experience preferred. Safety Personnel Safety personnel assigned to work on this contract will need to be fully versed in OSHA regulations. They shall have completed the OSHA 30-hour General Industry and Construction Industry courses. There shall be demonstrated experience in construction, fall protection, job hazard analysis, accident investigations, walking working surfaces, compressed gases, and other healthcare related safety aspects. The individual must have at least a BS degree in a science-related field and five years field experience providing oversight and recommendations for safety related activities. Elevated levels of education may be allowed to reduce the number o years of experience. A Certified Safety Profession (CSP) is not required for on-site work; however, the contractor must have a CSP available to provide general QA/QC, review protocols, methodologies, reports, and to occasionally provide on-site / telephone support on highly complex matters or program management issues related to safety aspects. Environmental Personnel Environmental personnel assigned to work on this contract shall be fully versed in US EPA and WVDEP environmental regulations. Hazardous Waste Operator (HAZWOPER) certification is highly recommended but not required. Personnel working on this contract shall demonstrate experience in storage tank management, spill prevention and control, surface and groundwater sampling, and environmental compliance inspection and evaluation. With the possible exception of AST certification, a registered Professional Engineer is not required for on-site work; however, the contractor must have a PE and/or senior environmental project manager with 5 or more years of applicable project experience available to provide general QA/QC, review protocols, methodologies, reports, and to occasionally provide on-site / telephone support on highly complex matters or program management issues related to safety aspects. Company Information The interested contractors must be able to demonstrate a minimum of 5 years of experience in providing a comprehensive range of IH, safety and environmental services in tertiary care hospitals. The prospective contractor must provide a minimum of 3 examples of comprehensive services conducted at large hospital settings, preferably at a VA location. Contactors shall submit qualifications for sub-contractors at the time of bid. Subcontracting work to vendors not submitted during bid is forbidden without the expressed, written consent of the COR. It should be noted the Martinsburg Safety & Occupational Health 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 MWV COR and Safety & Occupational Health Manager. Quality Control/Quality Assurance Program Contractor shall have a written quality control/quality assurance (QA/QC) program for data assessment, project management and report submissions. PROCEDURES/GENERAL REQUIREMENTS Contracting Officer Representatives The Contracting Officer Representatives (COR) for this contract are: The COR monitors all technical aspects of the contract and assists in contract administration and is authorized to perform the following functions: Ensure 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 COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates, or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. General applicability of codes, regulations, and standards All work under this contract 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 contract 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. Safety Requirements All personal protective equipment to complete projects and services will be provided by the contractor for its personnel. At a minimum, that equipment is considered to be safety shoes, safety glasses, fall protection lanyard, respirator, and hard hat. The contractor is responsible for their own regulatory compliance as referenced in 5.2. Any deviations will be reported to the CO and COR for action. Document Development, Revisions & Review The contractor will develop, review and revise documents upon request. Documents related to the requested services will be reviewed by the COR. Program and training development work products shall be submitted using MWV s format in an electronic, editable MS Word/MS Excel /MS PowerPoint file formats lacking the contractor s branding unless otherwise specified. Reports of findings for sampling events or investigations will be submitted in Adobe PDF or similar file formats which do not allow editing on contractor letter head. Obtaining Information and Documents All inquiries and information requests to regulatory agencies should be conducted in a manner that minimizes adverse impact to MWV and only when expressly authorized by the COR. Electronic and web-based inquiries and searches are acceptable and should be used to the maximum extent possible. Reporting of Unsafe Conditions The Contractor shall verbally report any non-compliance items to the MWV Safety & Occupational Health Manager or COR. In instances where the circumstances would require another contractor to stop work, the MWV Safety & Occupational Health Manager or COR shall be notified first; unless the result of not immediately stopping the working condition would be immediately dangerous to the life and health of the contractor personnel or VA employees, patients, and visitors. In this case, the Contractor shall immediately stop the hazardous work condition (not the entire job functions) and immediately notify the MWV Safety & Occupational Health Manager. If the Safety & Occupational Health Manager is not available (e.g., after hours work), the Contractor shall notify the Contracting Officer and/or COR of the violating contractor. PERSONNEL AND TIME The contractor shall provide qualified personnel for tasks requested. 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 and on weekends to accommodate the various work shifts of the Medical Center and construction operations. Individuals must be US citizens, speak English fluently and understandably, and be able to communicate effectively in writing in English. Individuals will be required to complete security questionnaires and have a favorable result to be able to work on the contract. 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, or dress/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) and based on the contractor s job hazard analysis for the tasks being completed. Contractor 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 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.). GOVERNMENT FURNISHED PROPERTY & SERVICES The government may when available furnish equipment to perform monitoring and inspection activities. The Contractor is responsible for returning said equipment back to the government in good working order or pay for repair or replacement if damaged. PRESENTATION OF TASKS FOR BILLING/I...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a69bb2e7be424b7aaf75ffd906525f4a/view)
- Place of Performance
- Address: Martinsburg, VA Medical Center 25405
- Zip Code: 25405
- Zip Code: 25405
- Record
- SN06222919-F 20220126/220125201432 (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 |