Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2022 SAM #7398
MODIFICATION

H -- FY22: Pressure Vessels Inspection Certification Base Period

Notice Date
3/1/2022 7:09:30 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24822Q0510
 
Response Due
3/15/2022 6:00:00 AM
 
Archive Date
04/14/2022
 
Point of Contact
Israel Rodriguez, Contract Specialist
 
E-Mail Address
israel.rodriguez-perez@va.gov
(israel.rodriguez-perez@va.gov)
 
Awardee
null
 
Description
INTRODUCTION: This service contract is to provide labor, and equipment to inspect and certify all pressure vessels located within the Veterans Affairs Medical Center in San Juan, Puerto Rico and Ponce Outpatient Clinic (POPC). PERIOD OF PERFORMANCE: The period of performance for this service contract is one (1) base year from the date of issuance, plus four (4) option years. SCOPE OF WORK: The Contractor shall provide all labor, equipment, supervision, and travel necessary to accomplish the services described: Inspection for all pressure vessels located at San Juan VACHS and Ponce Outpatient Clinic (POPC). Refer to Enclosure A: Pressure Vessel List Inspection shall be done following federal, state/territory regulations and standards, such as: Puerto Rico Ocupacional Safety and Health Administration (PROSHA) Reglamento para Calderas y Recipientes a Presión Reglamento Numero 17 de la Secretaria Auxiliar de Seguridad y Salud en el Trabajo . At the Veterans Affairs Medical Center there has been located 100 pressure vessels and 04 pressure vessels at POPC. See full equipment list in Enclosure A: Pressure Vessel List. Inspections schedule will be prepared and coordinated by contractor with Program Manager Point of Contact (PMPOC) or designated Government official. Site visits protocol shall be established with PMPC during the initial meeting of contract and adjusted as required thereafter. Coordination of schedule visits will be established prior to visits, at list five to seven (5 to 7) calendar days. A contractor representative shall be available to discuss changes of schedule by Government Official. Provide a final hard copy written report of all visits. The report shall include findings with supporting documents, inventory, repairs and recommendations; and electronic copy to the COR. Two similar official binder must be prepared and maintain by contractor. One to be at a designated location under the custody of PMPC s office. Another shall be kept by Contractor and available for review and evaluation upon request by Government Officials. Each annual inspection must be done through a checklist that will be previously approved by the PMPC. The checklist shall be updated as necessary with update information and as requested by PMPC. Once each inspection is done the Contractor must fill out the electronic checklist, print a hard copy and file it in the corresponding binder located at the PMPC s office. Each electronic copy must be signed and sealed by a Licensed Professional Mechanical Engineer. Work could be requested to be done on night shifts, after hours, weekends or holidays. If any pressure vessel inspection fails, a report shall be submitted to the Veterans Affairs Representative within a 72-hour period. Contractor shall consider to re-inspect 15% (15 vessel units) at no additional cost of pressure vessels if initial inspection is not passed. Above that 15%, it shall be covered under modification to contract after negotiations are completed. The list of schedule equipment listed in Enclosure A, may change during contract period. Such changes will be processed via bilateral modification to contract. Changes may include, addition/deletion of vessels, equipment information and others significant and relevant information. Contractor shall submit vessel certification within three working days after inspection to the Veterans Affairs Representative. Certifications must comply with Federal and local codes requirement (PROSHA). GENERAL: Contractor will provide personnel reliable with the experience and qualification established for the service of equipment listed in this procurement. Maintain accurate and update record of personnel qualification through the contract duration. Submit information and qualification of new personnel for review and approval prior to start work performance. The hospital facilities will not provide any administrative accommodation for the performance of the duties. A service point of contact or personnel supervisor will be identified to be responsible for all work and personnel assigned to work under contract. Provide, at the minimum, one certifying official meeting the licenses and certification established in this procurement and Puerto Rico Occupation Safety and Health Administration (PROSHA). These individuals shall be responsible for all official documentation and record keeping of the same. Contractor shall assure that its employees have received safety equipment training, medical surveillance programs, individual health protection measures, and manufacturer s product and material safety data sheets as required for the work by the U.S. Occupation Safety and Health Administration (OSHA). Contractor should comply with applicable safety codes and standards established by the regulatory industry standards. Contractor shall be equipped with test instruments and tools required to perform all work. All travel costs associated with the performance of this contract are the responsibility of the Contractor provided at no additional cost to the Government as part of this contract. Travel costs are defined as but are not limited to time and vehicle costs for personnel in travel to and from job site for all duties outlines in this specification, normal shipping charges on any parts or materials covered by this contract, costs associated with the normal shipping of part or equipment out for repair that are covered under this contract, etc. The Government will not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on establish working hours or overtime work. Holidays. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract is defined as ""Legal Federal official holidays"" as follow: New Year's Day January 1 Martin Luther King Third Monday of January President's Day Third Monday in February Good Friday April 15 Memorial Day Last Monday of May Juneteenth Emancipation Day Third Sunday of June Independence Day July 4 Labor Day First Monday of September Columbus Day Second Monday of October Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 GENERAL SYSTEM PRECAUTIONS AND SECURITY REQUIREMENTS: Containment: During work, precautions must be taken to ensure the patient and employees safety. Measures shall be taken to control odors and/or mist vapors during the process. All contract personnel must report to the designated Government Official established during the initial meeting for all visits. The alternate report will be to Police Service prior to initiating a site visit. Representative will keep the individual identification visible throughout the entire period while providing the service unless safety issues will prevent the same. The Certification and Accreditation (C&A) requirement do not apply, and a Security Accreditation Package is not required. HEALTH AND SAFETY: The contractor shall comply with all applicable federal, state and local requirements for protecting the safety of the contractor's employees, building occupants and the environment. All applicable standards of the OSHA shall be followed when working in accordance with this project. Occupants Safety: No process or materials shall be employed in such a manner that they will introduce additional hazards into occupied space. The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements. In performance of this contract, the Contractor shall follow VAMC safety policy and standard for safe work practices and take such safety precautions as the Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VAMC smoking policy, which designates entire facility as non-smoking areas. Patient, employee, visitors, and contractor personnel safety shall always be maintained. The contractor is responsible for the occupation safety and health of his/her employees. Contractor shall comply with all applicable OSHA safety and health standards. Contractor shall submit to the PMPC, prior to the start of the contract, the Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS for new chemicals shall be furnished concurrently with arrival of the chemical on site. The Contractor shall maintain a copy of all MSDS at the chemical storage site in a location accessible to VAMC personnel to assure compliance with all laws and requirements regarding the ""Right to Know"" law. The Contractor is responsible to identify, provide and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the contractor is responsible for identifying and providing all applicable safety programs (i.e. lockout/tag out, confined space entry, universal precautions, etc.) required to perform the work. Training on required safety programs and the proper use of PPE's shall be provided, and documentation maintained by the contractor. If the Government notifies the Contractor of any non-compliance with the pervious provisions; the contractor shall, after receipt of such notice, immediately correct the condition and notify the PMPC and Contracting Officer (CO) in writing that the condition has been corrected. If the opinion of the Safety Officer or designee the condition is life threatening he/she shall instruct the contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue and order halting of all or any part of the work, and Contractor may be held in default. The Contractor bears all costs of stop work time and correcting safety hazards. The contractor shall provide within ten (10) working days after receipt of this contract a detailed listing of the following information: Safety program/procedures are required to be followed by the contractor's personnel in the performance of their duties and when such procedures are required. Listing of personal protective equipment(s) required to be utilized by the contractor's personnel in the performance of their duties. Also, when equipment will be required. Material Safety Data Sheet (MSDS'S) for any chemical(s) utilized by the contractor in the performance of this contract. Contractor is responsible for the supervision of all their employees while on government installation. It is the Contractor's responsibility to assure compliance with the scope of work and requirements referenced in this contract. Provisions provided in the scope of work are not intended to relieve the Contractor of this responsibility. INJURY OR ACCIDENT: As defined by OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements any incident of a major malfunction, accident or injury, a written report shall be submitted by the Contractor to the VAMC within five (5) working days following the incident. The report shall state the cause, what, where and when and why the incident happened and the repairs and tests that were or are to be made to correct the cause of the incident. VHA SUPPLEMENTAL CONTRACT REQUIREMENTS FOR ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS: (New mandatory language.) Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. 1. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813 R, published on September 3, 2020), or a copy of medical records documenting the vaccination. 2. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. 3. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (PMPCs) or other hospital personnel. 4. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. d. Contractor must immediately notify their PMPC or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. Each contractor has to submit a complete assessment of vaccinated, exempted, and unvaccinated non-exempted contract employees under your purview. Vaccinated contract employees are free to continue their duties as detailed in their contract. Un-vaccinated with valid medical/religious exemption: require weekly COVID-19 testing with negative results to continue entering our Facility (PCR or antigen testing). 1. Contractor responsibilities: Un-vaccinated without exemption may not enter the VACHS Facility and may require permanent replacement arranged by the Contractor; if the employee refuses vaccination and is not able to provide a valid exemption. Contract employee termination and/or replacement must be arranged between the Contracting Office and the Contractor. 2. Exception: one-time or occasional contract employees that visit our Facility for less than one calendar week (trainings, equipment or program installations, equipment maintenance assessments, etc.). In this case, a COVID-19 PCR must be obtained and presented within less than 72 hours prior to entering the Facility. INFLUENZA VACCINATION: All contract employees shall comply with VHA Directive 1192.01, Seasonal Influenza Vaccination Program for VHA Healthcare Personnel. This policy applies to all individuals who, during the influenza season, work in VHA locations or who come into contact with VA patients or other Health Care Personnel (HCP) as part of their duties. Masking requirements for unvaccinated HCP: HCP who do not receive influenza vaccination due to medical or religious exemptions must designate this at the VA Employee Health Unit on the HCP Influenza VA Form 10-9050 and wear a face mask while in any VHA location, including both clinical and non-clinical areas. In addition, HCP are required to wear a face mask during performance of their assigned duties and responsibilities. The face mask shall be worn throughout the influenza season, or until the individual HCP receives a flu vaccination and completes the required VA Form 10-9050. INFORMATION RELATING TO CONDUCT OF CONTRACTOR S EMPLOYEES: The Contractor shall prohibit his employees form disturbing papers on desks, opening desk drawers or cabinets, or using telephones or office equipment provided for official Medical Center use. Contractor shall require his employees to comply with the instructions pertaining to conduct and other regulations called to the Contractor's attention by the CO/PMPC, Federal Protective Officers, Inspectors, etc. POINT OF CONTACT: For additional information the contractor shall contact (PMPOC). Such position shall be identified prior to service performance and it may change throughout the contract period. Therefore, it is the Administrative Contracting Officer (ACO) or Contract Specialist (CS) responsibility to provide that information. Enclosure A: Pressure Vessel List Local ID MN/SN Vessel Manufacturer Mfg#Date Location Water Heater Expansion Tank NB 349986   Bell & Gossett 2017 B9 Heat Machine Expansion Tank NB 278454   Bell & Gossett 2013 B9 New Medical Air Tank 1 NB 49689   Penway 2020 B9 New Medical Air Tank 2 NB 49686   Penway 2020 B9 Oxygen ISO Tank NB H1500081   Trinity Industries 2015 Loading Dock Water Heater SN 69357   Cemline   B9 Water Heater SN 69356   Cemline   B9 New Water Heater Tank 1 NB 314884   Bell & Gossett 2018 B9 New Water Heater Tank 2 NB 315415   Bell & Gossett 2018 B9 Med Air Dryer 4 Tank 1 NB 612993 Kaeser Larange Products 2018 B9 Med Air Dryer 4 Tank 2 NB 612983 Kaeser Larange Products 2018 B9 Med Air Dryer 4 Tank 3 NB 59679   SPX Flow Technology 2020 B9 Med Air Dryer 3 Tank 1 NB 59678   SPX Flow Technology 2020 B9 Med Air Dryer 3 Tank 2 NB 612984 Kaeser Larange Products 2018 B9 Med Air Dryer 3 Tank 3 NB 612992 Kaeser Larange Products 2018 B9 Med Air Dryer 5 Tank 1 NB 59676   SPX Flow Technology 2020 B9 Med Air Dryer 5 Tank 2 NB 612991 Kaeser Larange Products 2018 B9 Med Air Dryer 5 Tank 3 NB 612982 Kaeser Larange Products 2018 B9 QE-5 NB 80459 Quincy Brunner Eng. 1988 B9 under WO Section 6515-7840 SN VS2018010151     1991 OPA Chiller Room EE65243730 NB 359360   TACO 2012 OPA Chiller Room Domestic Cold Water Exp tank NB 543313   Manchester 1998 OPA BE-123 Med Air Dental NB 1768639   Campbell 2012 OPA Dental CRU-1 NB 314101   Xylem 2018 SBT MR Reheat Expansion Tank NB 180947   Bell & Gossett 2008 SBT MR Condensate Return Tank NB 18365   Hurst 2012 Boiler Room Condensate exhaust tank NB 17833   Hurst 2012 Boiler Room Boiler 3 NB 18272   Hurst 2012 Boiler Room Boiler 2 NB 18273   Hurst 2012 Boiler Room Boiler 1 NB 27246     1996 Boiler Room Prosthetics Compressor     Husky   OPA Storage Room SPS Medivator Compressor NB 0000419326   Husky   OPA Parking SPS Medivator Water Heater SN A461609705   Rheem   OPA Parking Pharmacy NB 94846F   Brunner Engineering   OPA Chiller Plant 460 B-9 vertical yellow NB 39102J   Brunner Engineering   B9 Vacuum 660 NB 31960 L   Brunner Engineering   B9 DRYER 1 NB474428   Standard Refrigeration   B9 DRYER 1 NB474417   Standard Refrigeration   B9 DRYER 2 NB474416   Standard Refrigeration   B9 DRYER 2 NB474425   Standard Refrigeration   B9 DRYER 3 NB 612984   Lagrange   B9 DRYER 3 NB 612292   Lagrange   B9 DRYER 4 NB 612293   Lagrange   B9 DRYER 4 NB 612283   Lagrange   B9 DRYER 5 NB 612291   Lagrange   B9 DRYER 5 NB 612282   Lagrange   B9 Hot Water Loop NB 94978   ITT Industries   B9 Hot Water Loop NB 71684   ITT Industries   B9 DHW-1 NB49341   LTC   BE-123 WH-1 NB8291   Precision Parts Co.   BE-123 WH-2 NB 8290   Precision Parts Co.   BE-123 Compressor 4310-0034 NB 5568H   Brunner Eng & Manuf.     Below Warehouse Paint SN 629765   WORTHINGTON CVLS     Compressor Husky NB 0000430914       Boiler room Compressor Quincy NB 590149       Boiler room Deaerator NB 18289       Boiler room Kettle NB 10575   Legion   Kitchen Kettle NB 59301   Groen   Kitchen Kettle NB 19996   Vulcan   Kitchen Kettle NB43485   Welbit   Kitchen Kettle NB43478   Welbit   Kitchen Kettle NB 21330   Vulcan   Kitchen Kettle NB43479   Welbit   Kitchen Kettle NB43744   Crown Food   Kitchen Kettle NB 21350   Vulcan   Kitchen Kettle NB 10574   Legion   Kitchen Kettle NB47836   Groen   Kitchen Kettle NB 134824   Groen   Kitchen Kettle NB 21344   Vulcan   Kitchen Kettle NB 59304   Groen   Kitchen Kettle NB 10571   Legion   Kitchen 6518-2290 NB 197517   Steel Fab   Pharmacy 1st Floor - Room 1E 132 A   NB 1443   Getinge   Laboratory A-121 Autoclave NB 10706   Getinge   Laboratory Room A123 25 NB 171290   Steel Fab   OPA Basement 6518-2292 NB 526848   Vacuum Tank   OPA Basement Dryer NB 719315   Steel Fab   OPA Basement Dryer NB 724493   Steel Fab   OPA Basement Dryer NB 724492   Steel Fab   OPA Basement Dryer NB 719320   Steel Fab   OPA Basement Compressor Parking NB 0000419326   Mat Industries   OPA Parking Heat Exchanger NB 172460   ITT Industries   Penthouse SBT COMPRESSED AIR NB 16323       Penthouse SBT   NB 180210       Penthouse SBT WATER HEATER NB NEW       Penthouse SBT WATER HEATER NB 4124201       Penthouse SBT VACCUM NB 2066   Manchester   Penthouse SBT HUSKY Compressor NB 000045117   Mat Industries   Prosthetics Autoclave NB 76062   AMSCO   Room A28 (NUCLEAR) Sterilizer NB 6692   Getinge   SPS Basement Sterilizer NB 6547   Getinge   SPS Basement Sterilizer NB 6514   Getinge   SPS Basement Air Tank SPS NB468587   Steel Fab   Sub-Basement Air Tank SPS NB468560   Steel Fab   Sub-Basement   NB 661429   Wood   Sub-Basement Under Locksmith Oxygen Tank R NB 74377   Taylor-Wharton   Loading Dock Oxygen Tank B NB 74368   Taylor-Wharton   Loading Dock Oxygen Tank A NB 74161   Taylor-Wharton   Loading Dock   NB 620437   Manchester   Under Laundry   NB 620439   Manchester   Under Laundry Vacuum Tank NB 111535 Manchester Ponce Hydro Accumulator SN 23524415 Amtrol Ponce Air Tank NB 819601 Manchester Ponce Water Heater 1417T455937 American WH Ponce
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f45d867189e40c8bdbf67bdb07c3b20/view)
 
Record
SN06253249-F 20220303/220301230057 (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 |
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.