Z1DA--Confined Space Assessment on the Hines Campus
ID: 36C25225Q0170Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Building Inspection Services (541350)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to conduct a comprehensive Confined Space Assessment at the Edward Hines Jr. VA Hospital in Hines, Illinois. The objective of this procurement is to identify, evaluate, and document confined spaces within the facility, followed by training for employees to mitigate safety risks associated with confined space entries. This assessment is crucial for ensuring compliance with safety regulations and maintaining a safe working environment for hospital staff, particularly in areas with hazardous materials. Interested contractors must submit their proposals by March 3, 2025, at 8:00 AM CST, and can direct inquiries to Contract Specialist Derrick A. Paquette at Derrick.Paquette@va.gov.

    Point(s) of Contact
    Derrick A PaquetteContract Specialist
    Derrick.Paquette@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines the upcoming contract opportunity for a Confined Space Assessment at the Edward Hines, Jr. VA Hospital in Hines, Illinois. The solicitation number is 36C25225Q0170, with a response deadline set for February 18, 2025, at 8:00 AM Central Time. This request for proposals is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aligns with the Product Service Code Z1DA, which pertains to maintenance, repair, and alteration of real property. The contracting office, located in Milwaukee, Wisconsin, will archive responses 15 days post-deadline. Interested parties can contact Derrick Paquette via email for additional inquiries. This notice serves as a formal alert to potential bidders regarding the assessment and subsequent work needed on the hospital's facilities, emphasizing the government's initiative to ensure safety and compliance in confined spaces.
    The document outlines a Request for Quotation (RFQ) for the Department of Veterans Affairs, specifically for a contract to conduct a comprehensive confined space assessment at the Edward Hines Jr. VA Hospital in Hines, Illinois. The aim is to identify, evaluate, and document confined spaces, followed by employee training to mitigate safety risks associated with confined space entries. The contract is structured with a base year and four optional years for reassessments, with services required to adhere to federal regulations, including safety protocols and electronic invoice submission. The contractor must prepare a logistics plan, accident prevention strategies, and other necessary documentation within a specified timeline. A site visit is encouraged for bidders, and all inquiries must be submitted by a deadline to ensure clarity and integrity in the bidding process. Importantly, the contract emphasizes compliance with service contract labor standards and establishes specific performance standards for contractor behavior on-site, including safety, training delivery, and documentation of findings. This RFQ aims to uphold high safety standards within VA facilities while providing opportunities for qualified businesses, particularly service-disabled veteran-owned small businesses, to participate in federal contracting opportunities.
    The document is an amendment to Solicitation 36C25225Q0170 issued by the Department of Veterans Affairs for a Confined Space Assessment at the Hines VA Hospital. The primary purpose of this amendment is to address inquiries from potential contractors and extend the deadline for offer submissions to March 3, 2025, at 8:00 AM CST. Key highlights include requirements for contractor escorts, access badges, and the development of specific confined space entry procedures tailored to various environments such as boilers and sewer systems. The amendment clarifies expectations for deliverables, including sample permits and emergency rescue procedures, and allows the experience of subcontractors to be considered in proposals. It confirms the government's provision of necessary historical data and facility blueprints to assist in assessments. Training for VA personnel is set at approximately 80 trainees, conducted in person. This amendment underscores the VA's commitment to safe work practices and regulatory compliance in confined spaces, shaping the guidelines for contractors in the bidding process.
    This document outlines safety procedures for confined space entry into the Water and Meter Pits, specifically detailing the risks and control measures to protect workers during operations within the mechanical room pit (BLDG 49 49-H-24). It identifies potential hazards, including injury from tools, sewer gases, oxygen deficiency, and hazardous fumes. Control measures emphasize atmospheric testing for harmful contaminants, implementing ventilation, and ensuring personal protective equipment (PPE) like eye protection and gloves are worn. The document lays out an entry framework involving planning, pre-entry checks, and confined space protocols. The Entry Supervisor plays a crucial role in certifying safe entry conditions and overseeing all safety measures. A critical focus is on the importance of maintaining communication between entrants and attendants to ensure rapid response to changing conditions. Emergency response procedures include self-rescue efforts by entrants and emergency rescues conducted by the St. Paul Fire Department. The guidelines ensure that only trained personnel engage in rescue operations, emphasizing worker safety and regulatory compliance under OSHA standards. This structured approach to workplace safety reflects the government's commitment to maintaining a safe environment in public and federal worksites, aligning with broader safety regulations.
    The document presents a utility legend essential for understanding various buried utilities, aimed at supporting government RFPs and grants concerning civil engineering, transportation, environmental planning, and utility engineering/locating. The legend systematically categorizes utilities such as buried electric (UE), telephone (BT), fiber optic cable (FOC), gas, water (W), and various sewer systems (SS for sanitary sewer, ST for storm sewer) alongside infrastructure elements like manholes, meters, and vaults. Each utility type is represented by specific abbreviations to facilitate clarity in project proposals and planning. This organization aids municipal and federal entities in identifying and managing existing underground infrastructures, which is crucial for ensuring compliance, safety, and efficiency in public works and development projects. The clear classification enhances the precision of utility management and enhances the decision-making processes during the development or upgrade of urban and rural infrastructures.
    The Confined Space Program Standard Operating Procedure (SOP-578-21-21-677) at the Edward Hines Jr. VA Hospital aims to protect staff from confined space hazards by complying with OSHA standards. The document outlines mandatory procedures for hazard identification, training, entry protocols, and emergency rescue. Engineering Services will conduct surveys to identify confined spaces and maintain an inventory of identified hazards, ensuring effective communication to all personnel. Staff training is required prior to assignment, changes in duties, and annually thereafter. Confined space entries must adhere to established safety practices, including permit requirements and preparedness checks, emphasizing the roles and responsibilities of involved personnel, including engineers and Safety Service. The SOP mandates pre-entry planning and the use of personal protective equipment to mitigate risks related to toxic, flammable, or corrosive environments. Lastly, it stipulates that emergency rescues should be coordinated with local fire departments and that hazards must continually be assessed and documented. This approach underscores the VA's commitment to occupational safety and regulatory compliance in potentially dangerous work environments.
    The document outlines various hazardous spaces within the VA Hospital located in Hines, IL. Each entry specifies the space number, location, general description, access type, general hazards, and entry classification, categorizing them based on air quality, isolation, and engulfment risks. The spaces are divided primarily into permit-required (Level 2), alternate entry (Level 1), and non-permit required (Level 0) classifications, indicating varying levels of risk management needed for personnel entering these areas. The majority of entries fall into the higher risk Level 2 category, suggesting significant health and safety considerations are necessary. This comprehensive hazard assessment serves as an essential guide for workers to mitigate risks associated with entering potentially dangerous environments, emphasizing the importance of adherence to safety protocols and regulations in the context of federal and state health and safety compliance efforts. Overall, this document underscores the VA's commitment to ensuring a safe working environment for its personnel and visitors, particularly in areas with hazardous materials and conditions.
    The document outlines a comprehensive Confined Space Survey conducted at the Edward Hines Jr. Veterans Affairs Hospital as part of safety protocols for managing hazardous work environments. It systematically details various confined spaces, each identified by a unique number and location within the facility. For each space, it assesses potential hazards including air quality, gas levels, and risk of entrapment or engulfment, while also identifying specific safety issues such as the need for personal protective equipment (PPE) like hard hats, respirators, and harnesses. The survey classifies each confined space concerning entry permits required and provides detailed comments about access requirements, safety measures, and operational recommendations. Emphasis is placed on the necessity of trained personnel for specific hazardous entries, particularly those involving toxic chemicals or mechanical hazards. The document ensures compliance with safety regulations, reaffirming the VA's commitment to maintaining a safe working environment for its staff. Overall, it serves as a critical resource for both staff safety and operational management within the hospital premises.
    The document pertains to federal government requests for proposals (RFPs) and grants, offering insights into various funding opportunities available for state and local projects. It emphasizes the necessity for organizations to understand the distinct requirements for each RFP, highlighting critical details such as submission deadlines, eligibility criteria, and project objectives. Furthermore, it outlines the importance of aligning proposal strategies with governmental priorities and compliance regulations to secure funding. Key themes include the evaluation processes used by granting organizations to assess proposals and the significance of maintaining transparency and accountability in the use of allocated funds. The document stresses the need for potential applicants to showcase organizational capacity, budgeting accuracy, and project feasibility. Overall, the summary reveals a structured approach toward understanding and responding to RFPs and grants, emphasizing thorough preparation and alignment with governmental standards to optimize funding opportunities.
    The document outlines the Confined Space Entry Procedure specifically for a sewer ejector pit. It identifies major hazards such as inhalation, entrapment, and engulfment associated with entry. The procedure entails a series of safety steps including the necessity of an entry permit, ventilation of the area, assignments of personnel roles, and the use of gas monitors to assess safety levels before and during entry. It mandates training for the Entry Supervisor and Entry Attendant, who must oversee and support the Authorized Entrant's safety. Emergency protocols are provided, dictating actions to take if gas levels are unsafe or if the entrant requires assistance. An annual review section reinforces the accountability and adequacy of procedures. This document is critical for ensuring safety and compliance in confined space work, reflecting the importance of structured protocols in federal and state-level safety regulations concerning environmental health and workplace safety. The focus on detailed procedural adherence indicates the government's commitment to safe operating practices within hazardous environments.
    The Confined Space Entry Procedure outlines safety protocols for entering sewer manholes, addressing hazards such as inhalation, entrapment, and engulfment. A detailed sequence of steps must be followed to ensure safety, including the requirement for an Entry Permit, ventilation of the space prior to entry, and the assignment of an Entry Supervisor and Attendant—who cannot be the same person. Gas monitoring is essential to determine if conditions are safe, and specific actions are mandated if unsafe readings occur. The procedure also stipulates that the Authorized Entrant must wear a safety harness, have a gas monitor operational at all times, and that an Entry Attendant must maintain constant communication to monitor safety. In case of emergencies, the Entry Attendant must call for help, but not attempt rescues. An annual review process is included, assessing adherence to procedures and their adequacy, ensuring ongoing compliance and safety. This procedure serves as a critical guideline for local government entities managing sewer maintenance, emphasizing safety, regulatory compliance, and accountability in confined space operations.
    Lifecycle
    Similar Opportunities
    H912--NEW Base+4 Fire and Fire Smoke Door Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to conduct inspections of fire and smoke doors at the Edward Hines Jr. VA Medical Center in Hines, Illinois. Contractors will be required to provide all necessary labor, materials, tools, and management to perform inspections in compliance with NFPA 80 standards, ensuring adherence to fire safety protocols within the federal medical facility. This procurement underscores the importance of maintaining safety in healthcare environments while promoting opportunities for veteran-owned businesses in government contracting. Interested vendors must submit their responses by March 21, 2025, at 09:00 Central Time, and can reach out to Contract Specialist Debbie Bruening at debbie.bruening@va.gov or by phone at 414-844-4802 for further information.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    Z1DA--578-M25114 Building 12 Stairs Exterior Construction area for the exterior porch reconstruction
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the reconstruction of the exterior stairs and porch at Building 12 of the Edward Hines Jr. VA Hospital in Hines, Illinois. The project involves repairing the failing exterior stairs and concrete slab to restore safety and functionality, with a completion timeline of 100 days from the notice to proceed, including an anticipated 50 days of actual construction. This initiative underscores the government's commitment to maintaining safe facilities for veteran care while ensuring compliance with federal and local regulations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business firms, should submit their proposals, including a signed Standard Form 1442 and a detailed cost breakdown, by the specified deadlines, with the estimated budget ranging from $100,000 to $250,000. For further inquiries, contact Contract Specialist Andrew Humulock at andrew.humulock@va.gov.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the construction renovation of the Sterile Processing Services (SPS) at the Jesse Brown VA Medical Center in Chicago, Illinois, under Project No. 537-17-115. This multi-phase project aims to enhance the facility's operational efficiency and safety through extensive remodeling, including HVAC system upgrades, plumbing, and stringent infection control measures. The initiative is critical for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving patient care environments. Interested contractors must submit their bids by March 17, 2025, with a pre-bid site visit scheduled for February 24, 2025. For further inquiries, contact Contracting Officer Stacy G Hoover at Stacy.Hoover2@va.gov.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Industrial Hygiene Services, with a specific intent to set aside the contract for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to secure comprehensive environmental consulting services, including assessments of indoor air quality, asbestos, lead, and mold, adhering to the latest industry standards. This initiative underscores the VA's commitment to maintaining safe working environments across its facilities while promoting veteran-owned businesses in federal contracting. Interested vendors must submit their proposals by March 14, 2025, and can contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further information. The total expected award amount for this contract is approximately $19 million, with a performance period starting April 1, 2025, and extending through February 28, 2030.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project, identified as 556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This installation is crucial for maintaining efficient cooling systems within the healthcare facility, ensuring operational integrity during construction while adhering to stringent safety and health standards. Interested contractors must submit their bids by March 19, 2025, at 10:00 AM CDT, and can direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project, identified as 556-23-101, involves extensive construction work, including compliance with health and safety standards, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This renovation is crucial for enhancing healthcare infrastructure and ensuring a safe, functional environment for veterans. Interested contractors must submit their bids by March 20, 2025, at 10:30 AM CDT, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, curb inlets, pedestrian signals, and modifications to existing utilities. The project is particularly important for improving the facility's infrastructure to better serve veterans and the surrounding community while adhering to stringent safety and regulatory standards. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed offers by March 20, 2025, at 11:00 AM CDT, with a project budget estimated between $2 million and $5 million. For further inquiries, bidders may contact Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for pharmaceutical and hazardous waste removal services at the Marion VA Medical Center and the Evansville Health Care Center. This procurement is structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and includes services such as monthly and bi-monthly waste pick-up, employee training, and 24/7 emergency spill response. The initiative is crucial for ensuring compliance with federal regulations regarding hazardous waste management, thereby enhancing environmental safety in healthcare settings. Interested vendors must submit their quotes by March 14, 2025, and can contact Contracting Officer Lisa A. Buchanan at lisa.buchanan1@va.gov or 913-946-1990 for further information.
    H312--Fire Damper Inspection Services - Clement J. Zablocki VA Medical Center Milwaukee, WI
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Fire Damper Inspection Services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The procurement aims to ensure compliance with national safety codes through comprehensive services, including the inspection, cleaning, recalibration, and testing of fire and smoke dampers. This initiative is particularly significant as it emphasizes the engagement of service-disabled veteran-owned small businesses (SDVOSB) while maintaining high public safety standards in sensitive environments. Interested parties must submit their offers by the extended deadline of March 19, 2025, at 10:00 AM CDT, and can direct inquiries to Contract Specialist Justin J Lemke at justin.lemke@va.gov.