Arizona Bids > Bid Detail

Life Safety and Environment of Care Consultation; The Joint Commission, PIMC

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159891168738408
Posted Date: Mar 5, 2024
Due Date: Mar 11, 2024
Source: https://sam.gov/opp/6fdbd145c4...
Follow
Life Safety and Environment of Care Consultation; The Joint Commission, PIMC
Active
Contract Opportunity
Notice ID
SS-24-PHX-017
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
PHOENIX AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 04, 2024 04:39 pm MST
  • Original Response Date: Mar 11, 2024 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code:
  • NAICS Code:
    • 5416 - Management, Scientific, and Technical Consulting Services
  • Place of Performance:
    Phoenix , AZ 85016
    USA
Description

Sources Sought Life Safety and Environment of Care Consultation



SS-24-PHX-017



Phoenix Indian Medical Center



A.This is a Sources Sought/Request for Information only; this is not a Request for Proposal (RFP) or Request for Quotation (RFQ).



B.This RFI/Sources Sought is to identify industry capability, competition, and set-aside in accordance with FAR Part 19.



C.The contractor shall provide their respective capabilities of all services, brand name or equal parts, part numbers, materials, tools, preventative maintenance, warranty, and any other necessary information in accordance with the provided Statement of Work below.



D.Please identify any socioeconomic status, if applicable. e.g. SDVOSB, Small Business, IEE/ISBEE concern.



E.Sources Sought CLOSING: All responses shall be received NO LATER THAN the date and time specified in SAM.



See SOW for more information.



This is a federal facility on federal property and the authority having jurisdiction (AHJ) is not the City of Phoenix. The AHJ is the Phoenix Area Indian Health Service Director of the Office of Environmental Health and Engineering. To maintain TJC accreditation, PIMC must comply with Center for Medicare and Medicaid Services (CMS) code requirements. At present, CMS has adopted the 2012 Life Safety Code (NFPA 101). All NFPA codes referenced by NFPA 101, including but not limited to NFPA 25, NFPA 72, NFPA 80, NFPA 10, NFPA 105, NFPA 90A, NFPA 291, and NFPA 96 must be the most recent edition of NFPA available in 2012 and cannot be newer than 2012.





Objective

The objective of this contract is to provide PIMC with subject matter expertise in all manors of compliance with the Life Safety and Environment of Care chapters of the Joint Commission Comprehensive (TJC) Accreditation Manual otherwise known as the “Physical Environment”. Examples of areas of expertise in Physical Environment compliance include but are not limited to:

1) General Preparation for the physical environment portion of the TJC accreditation survey

2) Continuous compliance with TJC accreditation standards for the Physical Environment

3) Assistance in responding to TJC survey findings

4) Assistance in determining means and methods to correct TJC findings

5) Assistance in preparing and reviewing TJC required documentation

6) Assistance in performing Physical Environment assessments of Life Safety Code (NFPA 101 – 2012) and Health Care Facilities Code (NFPA 99 – 2012) including but not limited to:

a. Smoke and fire barrier penetration compliance

b. EXIT access door compliance

c. Access control compliance

d. Fire alarm and fire sprinkler system compliance

e. Life Safety Drawing Compliance

f. ASHRAE 170 air change and air pressure requirement compliance

g. Suite compliance

h. Fire drill compliance

7) Assistance in commissioning and decommissioning of life safety equipment

8) Assistance in writing and reviewing PIMC policies that involve the Physical Environment

Rev 6/2016

9) Assistance in training PIMC staff on various topics necessary for compliance, including but not limited to:

a. Repairing smoke and fire wall penetrations

b. Conducting smoke and fire wall penetration checks

c. Measuring air flow and air pressures

d. General survey process education for maintenance staff and hospital leadership

10) Assistance in writing various types of reports for Physical Environment topics



Contract Awardee Responsibilities & Tasks



1) Contractor shall have subject matter experts available for consultation in each area covered by the contract objective. Contractor must have multiple subject matter experts available with 30 or more years of healthcare compliance experience and subject matter experts available that have served in Physical Environment leadership positions with the Joint Commission and/or CMS.

2) Contractor shall provide up to 100 hours of subject matter expertise consultation to PIMC each option year.

3) Contractor shall conduct an annual assessment of PIMC’s documentation, listed as required in the current TJC Survey Activity Guide for LS and EC. Contractor shall deliver report to PIMC with overall assessment of documentation along with recommendations for improvement.

4) Contractor shall perform mock survey tour of the Physical Environment once per option year. Contractor shall deliver report to PIMC with overall assessment of documentation along with recommendations for improvement.

5) Contractor shall provide up to five (5) site visits to PIMC to support the contract objective per option year.


Attachments/Links
Contact Information
Contracting Office Address
  • 2 RENAISSANCE SQ, 40 N CENTRAL AVE SUITE 600
  • PHOENIX , AZ 85004
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 04, 2024 04:39 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >