SOLICITATION NOTICE
H -- FY23: VISN Wide Lockout Tagout Program
- Notice Date
- 9/15/2023 6:31:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24823Q1974
- Response Due
- 9/21/2023 12:30:00 PM
- Archive Date
- 10/21/2023
- Point of Contact
- Angel Garay, Contract Specialist, Phone: 939-351-2783
- E-Mail Address
-
angelgaray@va.gov
(angelgaray@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- VISN Wide Lockout and Tagout Program (LO/TO) RFQ #36C24823Q1974 The purpose of this amendment is to answer the following questions: Question 1: Reference: Statement of Work, 4.A.2 and 4.G.1. Please confirm that procedures do not need written in Microsoft Word (4.A.2). Later in the scope (4.G.1) it says that procedures must be created and edited in a software that the client can manage. This is what our Team does; we give access to ViewPoint. This is not a Microsoft based deliverable, instead PDF files are electronically available. Answer: Correct. This is not a Microsoft Word based deliverable. The procedures are to be maintained in a live software system. The user should be able to access PDF files, but Microsoft Word is not required. Question 2: To ensure an apples-to-apples comparison of quotes, we recommend the VA state the number of procedures they want priced. For example, are contractors to assume that there may be multiple procedures per certain types of equipment based on our experience with VA's? Or, for comparison s sake, is the VA requesting that all vendors quote 4400 procedures with knowledge that there will be way more procedures to develop than 4400? Answer: 1 procedure is all steps necessary to safely Lockout and Tagout a single piece of equipment. For example, if a piece of equipment has a pneumatic and electrical energy source, 1procedure is all steps required to isolate both the pneumatic and electrical energy sources to safely LO/TO that equipment. If more pieces of equipment are identified during the inventory phase, that will be addressed with the contracting officer and COR at that time. Question 3: Pg. 2 Schedule of Services; B/1 Price/Cost Schedule Under 'Schedule of Services', the PWS states ""These services shall be on site at the C. W. Bill Young VAMC, Bay Pines, FL in accordance with the terms and conditions herein. Contractors shall quote prices for all the Contract Line- Item Numbers."" however page 9 lists other Facility Names. Would the Government like pricing to be per facility/location or for pricing to be all inclusive of all locations? Answer: Pricing should reflect per facility. Question 4: Pg. 4B. Equipment Assessment and Inventory, (5) The Solicitation states ""Contractor shall provide a full list of the inventory of equipment"". Does the Government have a CMMS which Contractors will use to record inventory? Answer: No, the government does not have a CMMS for contractors to use to record inventory. Question 5 Pg. 5 D. Tagout, (3) The Government mentions it is the Contractor's responsibility to provide fifty Tagout devices to each Medical Center with Tagout procedures. Does the Government have an anticipated estimate of the type of device(s) needed (i.e., 10 tags per facility, 10 valve locks per facility, etc.)? Answer: No tagout devices required. The contractor is to provide a list of lockout and tagout devices that each facility needs to accomplish the LO/TO procedures. Each facility will use this to purchase the correct devices based on their staffing. Question 6: Pg. 6 G. Program Management and Sustainability, (1) a. Can the Government provide an estimate of how many VA employees may need access to the electronic LOTO management system for potential licensing purposes? Answer: Approximately 100 Supervisory employees to perform audits, edit procedures, manage training, etc. Question 7: Pg. 42 Information to be Submitted. Does the Government have a page limit/maximum for either Volume I Price Proposal and/or Volume II Technical Proposal and Past Performance Information? Answer: Submit your company s quote in writing and on paper to the address specified on page 1 of this Request for Quotes (RFQ) or via e-mail utilizing either PDF or Microsoft Word formats (8 Megabyte File Size Limitation). See page 42, Instruction to Quoters. ***QUOTES ARE DUE SEPTEMBER 21, 2023 BY 3:30PM****
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7c6beb4f32f84332898d8b2263989e92/view)
- Place of Performance
- Address: Bay Pines VA Health Care System 10000 Bay Pine Blvd., Bay Pines 33744
- Zip Code: 33744
- Zip Code: 33744
- Record
- SN06833218-F 20230917/230915230056 (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 |