Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2023 SAM #7901
SOURCES SOUGHT

C -- Lock Out Tags

Notice Date
7/14/2023 2:16:57 PM
 
Notice Type
Sources Sought
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25523Q0635
 
Response Due
7/28/2023 9:00:00 AM
 
Archive Date
08/12/2023
 
Point of Contact
George Johnson, Phone: 9139461988
 
E-Mail Address
george.johnson9@va.gov
(george.johnson9@va.gov)
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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. 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. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561621 . Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The following VAAR policies and clauses will be applicable to this requirement if an SDVOSB/VOSB entity is interested and qualified in this requirement: limitations on subcontracting requirements set forth in 15 U.S.C. � 657s and in VAAR 852.219-10 and 852.219-11); 852.219-77, VA Notice of Limitations on Subcontracting�Certificate of Compliance for Services and Construction The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: � ���� ���STATEMENT OF WORK (SOW) STATEMENT OF WORK FOR EMERGENCY DEVELOPMENT OF LOCKOUT/TAGOUT (LOTO) PROCEDURES VA ST. LOUIS HEALTHCARE SYSTEM JOHN COCHRAN AND JEFFERSON BARRACKS DIVISIONS BACKGROUND A national response to multiple Occupational Safety and Health Administration (OSHA) citations is in effect for the entire The Department of Veterans Affairs (VA) system. The VA is striving to improve compliance with 29 CFR 1910.147 (OSHA�s Control of Hazardous Energy (Lockout/Tagout) Standard) and internal Veteran�s Health Administration (VHA) Directive 1028 (Facility Electric Power Systems). This situation affects VA St. Louis Healthcare system, where the organization must revise their hazardous energy control program to be compliant with the guidance specified above. This programmatic update is urgently required to prevent staff workplace injury, eliminate risks of death, and immediately comply with applicable federal, industry, and VHA requirements. SCOPE OF WORK Contractor shall be provide by VA St. Louis Healthcare System (VASTLHCS) an on-site field survey consisting of an inventory of Priority equipment subject to hazardous energy control procedures as determined by 29 CFR 1910.147, 29 CFR 1910 Subpart S (OSHA�s Electrical standards), VHA Directive 1028, and VASTLHCS guidelines. Confirming: should this read more like we are providing the inventory to the contractor for them to validate once received? Since we are creating the inventory for base bid & prioritization purposes? Survey shall be used by certified LOTO engineers and field technicians experienced and knowledgeable of hazardous energy control processes as well as electrical, mechanical, hydraulic, pneumatic, and thermal equipment. Contractor shall execute the development, authoring, and installation of energy control procedures, complete with visual references, for approximately 1440 pieces of equipment� for both divisions listed on the provided equipment list. Services shall be executed throughout all VASTLHCS buildings at two campus locations (divisions): John Cochran Hospital VASTLHCS 915 North Grand Blvd St. Louis, MO 63106 Jefferson Barracks VASTLHCS Campus 1 Jefferson Barracks Drive. St. Louis, MO 63125. Contractor shall author approximately 1440 equipment specific written. All procedures shall identify the scope, purpose, authorization, rules, and techniques to be utilized for the control of hazardous energy, as well as the means to enforce compliance. This includes, but is not limited to, the criteria specified in 29 CFR 1910.147, 29 CFR 1910 Subpart S, and the information specified below: A specific statement of the intended use of the procedure; Machine or equipment name /description; Machine or equipment identification number; [entry name, EE number] Machine or equipment location; (i.e. Building, room number, area name or physical description); Department name / Shop; All actual and potential energy hazards as defined by 29 CFR 1910.147, 29 CFR 1910 Subpart S, and industry consensus guidelines, to include but not limited to, The American National Standards Institute (ANSI); Energy Type(s) and Magnitude (e.g. 480 Volts, 100 PSI etc.); Energy Source(s) Location(s) Specific procedural steps for shutting down, isolating, blocking and securing the machine/equipment to control the actual or potential hazardous energy; Specific procedural steps for the placement, removal, and transfer of lockout or tagout devices and/or other energy control measures; Specific procedural steps for relieving any stored or otherwise potential energy within the equipment; Specific requirements for testing the machine/equipment to determine and verify the effectiveness of lockout devices, tag out devices, and/or other energy control measures; Specific procedural steps for re-energizing equipment, which includes but is not limited to, inspecting the de-energized work area, removing lockout devices, tag out devices, and/or other energy control measures, and restoring energy to the de-energized machine/equipment, and; Photos of applicable equipment items, including photos of hazardous energy control points specific to each individual procedure. Contractor shall submit the authored energy control procedures to the Contracting Officer�s Representative (COR) or authorized designee to be reviewed and approved by VASTLHCS subject matter experts (SMEs). Any required changes shall be made as required at no additional cost to VASTLHCS prior to release for printing and installation. Contractor shall print VASTLHCS approved energy control procedure plaques onto UV-resistant stock, durably laminate (14mil), and securely mount onto machinery or placed in a binder for outside equipment. Contractor shall develop and provide a labeling system (tags) to identify all energy sources required for each equipment item�s hazardous energy control and install onto the corresponding energy isolation points identified Contractor shall provide software configuration and program set-up services for approximately 1440 pieces of equipment. Contractor shall provide four (4) training sessions to accommodate twelve (12) LOTO program administrators and general users on software application services Contractor shall provide technical support and assistance for all components of the developed energy control procedures and software application. Contractor shall provide Project Desk Binder(s) with digital copies of: Equipment List. Recommended Lockout Device List. Inaccessible Tag List. Non-laminated written hazardous energy control procedures by project location. The period of performance for this service contract is 180 days. This is a firm, fixed price, full-service contract to include all parts, program software, on-site technicians, procedure, and energy source tag installations. All OSHA, VHA Directives with Safety and Infection Control standards are to be adhered to prior to starting any work. DELIVERABLES Provide an equipment inventory for all equipment subject to energy control procedures as determined by 29 CFR 1910.147, 29 CFR 1910 Subpart S, and other industry guidance as applicable following the completion of site surveys. Provide approximately 1440 authored written energy control procedures for inventoried equipment per division. Provide approximately 1440 printed, laminated, and installed equipment-specific energy control procedures onto the corresponding equipment (approved procedures) per division. Provide printed, laminated, and installed energy source tags for hazardous energy control procedure steps for all corresponding energy isolation points identified by authored procedures Provide digital copies of equipment list, recommended lockout device, list inaccessible tag list, visual lockout procedures, with Project Desk Binder. Training for cloud-based application, software management, how to correctly read the procedure/references like tags, etc. Select some for reference, but not comprehensive training for all procedures/personnel�baseline understanding of system and functionality, labeling, etc. CI. GENERAL PERFORMANCE REQUIREMENTS The Contractor shall instruct personnel that work performed under this contract, shall comply with the following procedures: Upon arrival at the station, the Contractor shall check in with COR or designee(s) so that the VASTLHCS will always be aware of the Contractor�s presence at the facility. Contractor�s work may occur at both campuses concurrently. Notification must be made in writing to COR in advance for approval of any scheduling changes. All travel costs associated with the performance of this contract are the responsibility of the Contractor and are 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 outlined in this specification. UNIFORMS The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is always in uniform while working at VASTLHCS. The uniform shall have the Contractor�s name, easily identifiable, affixed thereon in a permanent manner such as a badge or monograms. The Contractor shall wear the Government provided ID BADGE �PIV� Identification Card or otherwise be escorted by a designed VHASTLHCS representative at all times. SAFETY The Contractor shall adhere to all OSHA, NFPA Life Safety Codes, and all other regulatory requirements. In performance of this contract, the Contractor shall follow VASTLHCS safety policies and standards for safe work practices and implement such safety precautions as the Safety Officer or their designee(s) may determine to be reasonably necessary to protect the lives and health of occupants of the building. VASTLHCS is a non-smoking facility. Contractor shall comply with this requirement. Patient, employee, visitors, and Contractor personnel safety shall always be maintained . The Contractor is responsible for the occupational safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. The Contractor shall submit to the Contracting Officer, prior to the start of the contract, the Safety Data Sheets (SDS) 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 VASTLHCS. SDS for new chemicals shall be furnished concurrently with arrival of the chemical on site. The Contractor shall maintain a copy of all SDS at the chemical storage site in a location accessible to VASTLHCS 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 performing the work. Training on required safety programs and the proper use of PPE�s shall be provided, and documentation maintained by the Contractor The Contractor shall be notified of any non-compliance with the previous provisions. The Contractor shall, after receipt of such notice, immediately correct the condition and notify the contracting officer in writing that the condition has been corrected. If, in the opinion of the Safety Officer or designee(s) 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 after award of this contract but before notice to proceed, 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. Safety Data Sheet (SDS�s) for any chemical(s) utilized by the Contractor in the performance of this contract. Contractor is responsible for the supervision of all the employees while on government property. 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 and ACCIDENT Contractor shall submit to the COR, a written report to the VASTLHCS within five work (5) days of any incident of a major malfunction, accident, or injury. The report shall state the cause, what and when repairs and tests were or are to be made to correct the cause of the incident. QUALITY CONTROL PROGRAM The Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified. At commencement of the contract, shall submit a copy of his program to the COR, for approval. The program shall include, but not be limited to, the following: An inspection system covering all the services described in the contract. A checklist used in inspecting contract performance during regularly scheduled or unscheduled inspections. The name(s) of the individual(s) who will perform the inspection. The checklist shall include every area of the Contractor�s operation as well as every task required to be performed. EMERGENCY TELEPHONE NUMBERS The Contractor shall provide to COR cellular numbers, to summon assistance in case an emergency develops. This information shall be provided in writing to the COR, prior to the contract start date. CONDUCT OF CONTRACTOR�S EMPLOYEES The Contractor shall prohibit their employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or office equipment provided for official VASTLHCS 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/COR, Federal Protective Officers, Inspectors, etc. Contractor shall have use of station telephones to make business calls related to VASTLHCS�s equipment. Misuse of this privilege will necessitate the need to require the Contractor to use public telephones. The Contractor shall require his employees to comply with all VA rules and regulations pertaining to the conduct of his employees while on station. The Contractor shall ensure that the areas they perform work are kept clean, safe and all equipment and tools belonging to the Contractor are kept secure at all times. HOURS OF WORK Work required in the performance of this contract shall be conducted during the hospital's regular administrative working hours, 8:00 AM- 4:30 PM. If work will need to be executed beyond hospital's regular administrative working hours, notification must be made in writing to COR in advance for approval of altered or extended working hours. SECURITY and PRIVACY The COR is responsible for ensuring that all Contractors comply with physical security policies. COR will ensure Contractor gets required security badge. A compliant ID badge must be worn by Contractors at all times while on VA premises. Contractor may not have access to the VA network or any VA sensitive information under this contract. All Contractors must receive Privacy training annually using one of the following methods: Complete �VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information� training by using VA�s TMS system (https://www.tms.va.gov/). Contractors may use the TMS Managed Self Enrollment method to complete the training in Talent Management System (TMS). Complete the hard copy version of �VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information�. Signed training documents must be submitted to the COR. Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR. MEDICAL SURVEILLANCE For Tuberculosis - Review of all contract worker Tuberculosis (TB) screening requirements and options (reference VHA Directive 7715, OSHA 29 CFR 1910.134). Contractor is responsible for: Providing written certification to the COR that all contract employees assigned to the worksite have had pre-placement tuberculin screening within 90 days prior to assignment to the worksite and found to have negative Tb screening reactions. The contractor will be required to show documentation to the COR for additional workers assigned after the 90-day requirement before they will be allowed to work on the work site. This testing may be two-step skin testing or IGRA such as the Quantiferon Gold Test. Contract employees manifesting positive screening reactions to the tuberculin must be examined according to current CDC guidelines prior to working on VHA property. If the worker is found without evidence of active pulmonary TB, a statement documenting examination by a physician must be on file with the employer (construction contractor) noting that the employee with a positive tuberculin screen test is without evidence of active TB. For Influenza - Per VHA Directive 1192, all Contractors working at VASTLHCS are required to show documentation of annual seasonal Influenza vaccination. Provide evidence to respective COR. INVOICE and PAYMENT The period of performance of this work is greater than 30 days, invoices may be submitted monthly upon partial completion/acceptance or milestones (Phase) of work in the following listed examples: The first 50% of Engineering Services costs may be invoiced for payment following substantial completion of work at the first campus selected (either JOHN COCHRAN or JEFFERSON BARRACKS Campus) at the start of contract services. Phase based on priority/criticality? The second 50% of Engineering Services costs may be invoiced for payment following substantial completion of work at the second campus selected to complete contract services. The first 50% of Unit Costs for authored Visual Lockout Procedures may be invoiced for payment per each procedure (of the 1440 total) that has been submitted to the COR for review by VASTLHCS subject matter experts. The second 50% of Unit Costs for Visual Lockout Procedures may be invoiced for payment per each procedure (of the 1440 total per division) that has been printed and installed onto the corresponding equipment (installation to include identified isolation point energy source tags). Final payment of contract may be submitted following acceptance of all remaining deliverables listed above (to include project desk binder, digital copies, fully functioning software subscription, and all associated training sessions). Invoice shall delineate work completed at respective campuses to ensure the COR designee can validate progressive performance. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies that fulfill the required services. If you are interested and are capable of providing the sought out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you�re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your SAM number. Responses to this notice shall be submitted via email to George Johnson at george.johnson9@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 28th, 2023 at 1000 EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1fa18b389f094f38a1bac095c11ee295/view)
 
Place of Performance
Address: Saint Louis, MO 63106, USA
Zip Code: 63106
Country: USA
 
Record
SN06749896-F 20230716/230714230045 (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.