DOCUMENT
R -- Wide-Range of Industrial Hygiene services - Attachment
- Notice Date
- 2/1/2017
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26217Q0387
- Response Due
- 2/6/2016
- Archive Date
- 4/6/2016
- Point of Contact
- Brian Van Orman
- E-Mail Address
-
6-2273<br
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 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 15.201(e). 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. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541620 (size standard of 15 mil). 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 Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a Wide-Range of Industrial Hygiene to include including various safety training, risk assessments, indoor air quality assessments, environmental sampling, ergonomic evaluations, laser and other electromagnetic radiation-safety, confined space entry reviews, lockout/tagout, eyewash evaluations, CEOSH 3E Database Management, safety data sheet maintenance, asbestos, lead and mold site surveillance, inspector, risk assessor, supervisor and monitor, abatement and remediation observation, air monitoring and quality assurance for the VA Greater Los Angeles Healthcare System and the following participating facilities: : VA West Los Angeles-11301 Wilshire Blvd., Los Angeles CA 90073, VA Sepulveda Ambulatory Care Clinic- 16111 Plummer Street North Hills, CA 91343, VA Los Angeles Ambulatory Care Clinic-351 East Temple Street Los Angeles CA 90012, VA Santa Maria CBOC- 1500 East Main Street Santa Maria CA 93454, VA Santa Barbara CBOC- 4440 Calle Real Santa Barbara CA 93110, VA San Luis Obispo, Suite 200 San Luis Obispo CA 93401 The VA Greater Los Angeles Healthcare System requires the contractor to provide the following personnel and meet the following qualifications: CONTRACTOR and PERSONNEL QUALIFICATIONS Contractor and personnel are required to submit sufficient evidence that they meet the requirements of the solicitation, how they intend to fulfill the requirements of this solicitation and how their offer will meet the minimum Government s needs and requirements of the specifications as set forth herein: 1) Contractor and personnel must be financially responsible and able to show evidence of their reliability, ability, experience, facilities and personnel directly employed or supervised by them to provide prompt and satisfactory service. 2) Certified Industrial Hygienist must have a degree in Industrial Hygiene or related field with at least 10 years of experience in the program development and execution of extensive occupational safety and health inspections, compliance monitoring and health risk assessments. CIH shall have experience meeting OSHA, Veterans Administration and JCAHO Health and Safety Program requirements. 3) Industrial Hygienist must have a degree in Industrial Hygiene or related field with at least five years of experience in OSHA inspections and compliance monitoring in order to meet the requirements of OSHA and the EPA. The employees shall have a strong background in hazardous materials management, response, cleanup, and hazardous waste issues. Valid and current 40-hour HAZWOPER training required. 4) CEOSH 3E Database Management must have knowledge of database management, experience with hazardous communication regulations, and be familiar with National Fire Protection Act, OSHA, and EPA requirements. Ability to analyze situations accurately; derive recommendations; establish and maintain cooperative relations with those contacted in the course of work; communicate effectively; prepare and present clear and concise reports. 5) Technical Writer/Communications Program Specialist must have a degree in communications, or related field. Key skillsets are proper grammar and punctuation, formal report writing, full proficiency with MS Word Office, clear communication skills between various services, and preparing, tracking and maintaining accurate data. 6) The Asbestos, CSST, Lead and Mold Specialists must be a certified and experienced Site Surveillance Technician, California asbestos consultant (CAC), California lead monitor, and must have at least five years experience as an inspector for asbestos and lead abatement and mold remediation observation, air monitoring and quality assurance. 7) Intern must be pursuing a degree in Industrial Hygiene or related field and have knowledge of OSHA basic program elements and JCAHO Health and Safety Program requirements. The Intern shall assist the Industrial Hygienists with audits, inspections, compliance monitoring and health risk assessments. 8) Contractor must be familiar with the OSHA respiratory protection procedures for VISN 22 to maintain consistency within VISN 22. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, 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: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for services being requested for market research purposes. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to brian.vanorman@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, February 6, 2016 at 1:00 p.m. PST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0387/listing.html)
- Document(s)
- Attachment
- File Name: VA262-17-Q-0387 VA262-17-Q-0387.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3248523&FileName=VA262-17-Q-0387-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3248523&FileName=VA262-17-Q-0387-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-17-Q-0387 VA262-17-Q-0387.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3248523&FileName=VA262-17-Q-0387-000.docx)
- Record
- SN04387232-W 20170203/170201234209-efb2c5dd7db2f73dcfd0a140427173db (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 |