MODIFICATION
66 -- Maintenance and Service Agreement for DI Ultra Pure Water System and the Reverse Osmosis/ De-ionized Pure Water System
- Notice Date
- 1/14/2010
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-10-RQ-0068
- Archive Date
- 2/6/2010
- Point of Contact
- Janet M. Lamb, Phone: 3019756205, Mary Alice Powe, Phone: 301-975-8567
- E-Mail Address
-
janet.lamb@nist.gov, maryalice.powe@nist.gov
(janet.lamb@nist.gov, maryalice.powe@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The purposes of this amendment is to; 1.Display the Questions and Answers 2.Add a Clause 3.Add an Outline of a Safety and Health Plan (your corporate plan is needed for this solicitation) 4.Inform that this Solicitation has been extended to Friday January 22, 2010. Questions and Answers submitted on 1/13/2010: 1 – Are the DI Bottles (SDI Units) that are currently supplied by Siemens leased or are they owned by NIST? Answer: We leased all DI Bottles filters from Siemens. A new Contractor needs to lease them of Siemens Company. 2 – In Bldg 227 the Siemens 12,000 GPD RO unit has 2 separate RO systems and one of them currently appears to be broken (Left hand unit looking at them). Will this unit be repaired prior to the contract start or will the new vendor be responsible for getting it working under this solicitation after an inspection of the unit and providing a quote for repairs? Answer: It is broken and we need to repair. It will be a new contract to fixed and service one of RO system. 3 – In Bldg 227 the Siemens Electro-Deionization Unit (CDI Unit) was turned off, parts removed and the system was bypassed. Will this unit be repaired prior to the contract start or will the new vendor be responsible for getting it working under this solicitation after an inspection of the unit and providing a quote for repairs? Answer: A new vendor will be responsible to fix and service. 3 – In Bldg 227 the solicitation lists “Deionizer Units Super 30, 30 Cubic Ft. Type 1 Resin” as being serviced under this solicitation but during the walkthrough all vendors were told that these are under a separate contract and will not be part of this solicitation. Can you clarify this? Answer: The Deionizer Units Super 30, 30 Cubic Ft. Type 1 Resin was for reference only. This line will be deleted. 4 – Under FAR 19.1405(a): For acquisitions exceeding the micro-purchase threshold, the PCO may conduct a SDVOSB set-aside competition if the rule of two is met. Since two SDVOSB’s (Pure-MECH and RaSCO) were at the walkthrough, and will bid on this project, would you consider changing the solicitation to a SDVOSB set aside in order to help meet NIST’s goals of reaching the SDVOSB 3% goal? Answer: No, the set aside for this solicitation will not be changed. 5 – In the solicitation it states that Emailed solicitations are acceptable. If a solicitation is emailed will the vendor still have to deliver or mail the binders and copies specified in the solicitation? Will PDF format be acceptable? Answer: No, the quote does not have to be mailed if you submit it by email. 6. What did NIST spend on this contract last year? Answer: $65,225.00 7. I have asked our lab about ASTM E-12 referenced in Attachment B as shown below. On line searches do not show any information on this. What specific test(s) are being performed to these standards for this solicitation and where can these standards be found online? 3.1.2Performed Water Analysis to Quality Test under UPW •Testing to ASTM E-1.2 Standards (2007) (twice a year) and report it. Testing to ASTM D-5127-2007 •Tests require On-Line readings (twice a year). Answer: Obtain an independent laboratory analysis, performed using ASTM recognized test procedures, to verify that all requirements of ASTM D-5127-2007 electronic grade E 1.2 UPW specifications are being met. 8 – The following information is asked for in Section F. Personnel Instruction. This type of information is needed for a treatment program for cooling / heating / wastewater treatment in order to train plant personnel on how to test these systems. There are very few chemicals that will be used for this contract. And they will be used on an as needed basis (I.E. membrane cleaning, system sterilization as needed.) On RO/DI systems each one is different and will need to have a qualified experienced technician in order to determine the tests needed and the sample points to determine the system conditions. A more detailed inspection will be needed to give NIST this information. Is this information required with the bid or required after award and inspection of the system? With Section G. Biocide Program, there are no biocides that are fed into any of the systems. They will only be needed if the systems show contamination during the Bacterial Total Plate Counts. This section does not appear to be needed. Can it be deleted? F. Personnel Instruction Provide an outline of proposed training program. The instruction shall be delivered in an electronic format and shall cover, but not be limited to: 1. Fundamentals of Water Treatment 2. Chemicals and Methods of Use 3. Procedures for Taking Samples 4. Operating and Testing Procedures Answer: NIST request information to find the capacity for the Contractor to provide training of DI Water System in the future. G. Biocide Monitoring Program Provide information on instantaneous method as well as dip slide. Answer: NIST request information to find the capacity for the Contractor if Biocide Monitoring is required. The following clause will be added to this solicitation: 52.236-13 -- Accident Prevention. (a) The Contractor shall provide and maintain work environments and procedures which will -- (1) Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities; (2) Avoid interruptions of Government operations and delays in project completion dates; and (3) Control costs in the performance of this contract. (b) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall -- (1) Provide appropriate safety barricades, signs, and signal lights; (2) Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and (3) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken. (c) If this contract is for construction or dismantling, demolition or removal of improvements with any Department of Defense agency or component, the Contractor shall comply with all pertinent provisions of the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation. (d) Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor’s representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. (e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation of the parties, in subcontracts. (End of Clause) Alternate I (Nov 1991). If the contract will involve (a) work of a long duration or hazardous nature, or (b) performance on a Government facility that on the advice of technical representatives involves hazardous materials or operations that might endanger the safety of the public and/or Government personnel or property, add the following paragraph (f) to the basic clause: (f) Before commencing the work, the Contractor shall -- (1) Submit a written proposed plan for implementing this clause. The plan shall include an analysis of the significant hazards to life, limb, and property inherent in contract work performance and a plan for controlling these hazards; and (2) Meet with representatives of the Contracting Officer to discuss and develop a mutual understanding relative to administration of the overall safety program. The following Safety and Health Plan is required: Outline of a NIST Safety and Health Plan for a Specific Contract The following areas are typically addressed in a contract specific safety and health plan. A plan shall be job-specific and shall also address any unusual or unique aspects of the project or activity for which it is written. 1. SIGNATURE SHEET. Title, signature, and phone number of the following: a. Plan preparer (qualified person such as corporate safety staff person, QC). b. Plan must be approved, by company/corporate officers authorized to obligate the company (e.g., owner, company president, regional vice president, etc.). c. Plan concurrence (e.g., Chief of Operations, Corporate Chief of Safety, Corporate Industrial Hygienist, project manager or superintendent, project safety professional, project QC) (provide concurrence of other applicable corporate and project personnel (Contractor)). 2. BACKGROUND INFORMATION. List the following: a Contractor; b. Contract number; c. Project name; d. Brief project description, description of work to be performed, and location on NIST Gaithersburg site. e. Contractor and sub-contractor accident experience (provide 2 years OSHA 300 Forms, corporate safety trend analyses); and any OSHA/STATE citations. 3. STATEMENT OF SAFETY AND HEALTH POLICY. a. List NIST job-specific phases of work and identify any/all hazardous activities. List all safe work practices to be followed during each project activity phases. b. Provide a copy of your current corporate/company Safety and Health Policy Statement. 4. RESPONSIBILITIES AND LINES OF AUTHORITIES. a.Identification and accountability of personnel responsible for safety - at both corporate and project level. (Contracts specifically requiring safety or industrial hygiene personnel should include a copy of their resume. The COTR will review the qualifications for acceptance.) b.Lines of authority to include sub-contractors. 5. SUBCONTRACTORS AND SUPPLIERS. Provide the following: a. Identification of subcontractors and suppliers (if known); b. Means for controlling and coordinating subcontractors and suppliers; and c.Safety responsibilities of subcontractors and suppliers. 6. TRAINING. a.List subjects to be discussed with employees in safety indoctrination. b.List mandatory training and certifications that are applicable to this project (e.g., explosive actuated tools, confined space entry, crane operator, excavation, certification, NFPA 70E, PPE) and any requirements for periodic retraining/recertification. All applicable training certifications shall be submitted to NIST prior to work proceeding. c.Outline requirements (who attends, when given, who will conduct, etc.) for supervisory and employee safety meetings. 7. SAFETY AND HEALTH INSPECTIONS. Provide details on: a. Who will conduct safety inspections (e.g., PM, safety professional, QC, supervisors, employees), when inspections will be conducted, how the inspections will be recorded, deficiency tracking system, follow-up procedures, etc. Copies of safety reports shall be submitted to the NIST COTR for review. b.The names of competent and/or qualified person(s) and proof of competency/ qualification to meet specific OSHA competent/qualified person(s) requirements must be attached. 8. SAFETY AND HEALTH EXPECTATIONS, INCENTIVE PROGRAMS, AND COMPLIANCE. a.The company's written safety program goals, objectives, and accident experience goals for this contract should be provided. b.A brief description of the company's safety incentive programs (if any) should be provided. c.Policies and procedures regarding noncompliance with safety requirements (to include disciplinary actions for violation of safety requirements) should be identified. d.Provide written company procedures for holding managers and supervisors accountable for safety. 9. ACCIDENT REPORTING. The Contractor shall identify who, how, and when the following will be completed: a. Exposure data (man-hours worked); b. Accident investigations, reports, and logs; c. Immediate notification of major accidents to NIST contact. 10. MEDICAL SUPPORT. Outline on-site medical support and/or offsite medical arrangements including rescue and medical duties for those employees who are to perform them, and the name(s) of onsite Contractor personnel trained in first aid and CPR. 11. PERSONAL PROTECTIVE EQUIPMENT. Outline procedures (who, when, how) for conducting hazard assessments and written certifications for use of PPE. Outline procedures to be followed to assure the proper use, selection, and maintenance of personal protective and life saving equipment (e.g., protective footwear, protective gloves, hard hats, safety glasses, hearing protection, body harnesses, lanyards). 12. REQUIRED PLANS (when specific work is necessary as part of the contract) a.Plans for the layout of temporary construction buildings, facilities, fencing, and access routes and anchoring systems for temporary structures shall be submitted to and approved by the COTR. b.Spill prevention plan and response plan c.Plan for posting of emergency telephone numbers d. Hazard communication plan - Provide the location of MSDS, records of Contractor employee training, and inventory of hazardous materials (including approximate quantities and a site map) that will be brought onto Government project by the Contractor and subcontractor. All hazardous materials must have NIST approval prior to materials entering NIST site. e.Respiratory Protection Plan. Where respirators are necessary to protect the health of the employee, establish and implement a written respiratory protection program with work site specific procedures in accordance with this section and OSHA’s respiratory protection standard at 29 CFR 1910.134. Designate a competent person as program administrator, who is qualified by appropriate training or experience that is commensurate with the complexity of the program, to administer and oversee the respiratory protection program and conduct the required evaluations of program effectiveness. All contract employees respirator fit test and medical records must be submitted to NIST before any work is to proceed. f. Health Hazard Control Plan The analyses shall identify all substances, agents, and environments that present a hazard and recommend hazard control measures. Engineering and administrative controls shall be used to control hazards; in cases where engineering or administrative controls are not feasible, PPE may be used. g. Confined Space Access Plan Confined space work covered by OSHA’s General Industry (29 CFR 1910) and Construction (29 CFR 1926) standards shall be performed in accordance with 29 CFR 1910.146 and as provided herein. h. Control of Hazardous Energy (Lockout/Tagout) Before an employee performs any servicing or maintenance on a system where the unexpected energizing, start up, or release of kinetic or stored energy could occur and cause injury or damage, the system shall be isolated All procedures shall be performed in accordance with 29CFR1910.147 i. Fall protection plan Provide details of the contractors fall protection program to include, but not limited to, roofing, ladders, and scaffolding. j. Electrical Safety NFPA 70E (current edition) Provide details on the contractor’s energized work program to include, but not limited to fire resistant clothing (FR), PPE, insulated tools, energized work permit, barricades and signs, justification for working on the electrical circuits energized except for trouble shooting, and training for individuals to comply with NFPA 70E related requirements. Provide details on energized work program for trouble shooting energized circuits, which shall include checking terminals electrical equipment for voltage potential. Electrical safety shall be discussed in the plan to all trades not just to electricians. Mechanical based trades traditionally placed air handling equipment and pumps. Those trades also traditionally replace electrical equipment and/or make electrical connections. Those trades traditionally check phase rotation as an example, and as thus are exposed to energized parts as defined in NFPA 70E. k. Excavation and Trenching Plan Provide details on excavation and trenching plan to include, but not limited to, shoring, trench boxes, soil storage area, and means to prevent pedestrians and vehicles within the construction zone. Drawings and/or sketches are encouraged for this plan. 13. CONTRACTOR INFORMATION. The Contractor shall provide information on how they will meet the requirements of applicable. As a minimum, excavations, scaffolding, medical and first-aid requirements, PPE, fire prevention, machinery and mechanized equipment, electrical safety, public safety requirements; and chemical, exposure prevention requirements shall be addressed as applicable. End of Outline Solicitation extension: This Solicitation has been extended to 1:00pm eastern time on Friday January 22, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0068/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02042263-W 20100116/100114234306-c1138329a039ba834ad647e32ca55a87 (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 |