The RFP Database
New business relationships start here

Cleaning and Disinfecting of Barns for HPAI Prevention


Minnesota, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Department of Agriculture's (USDA), Animal and Plant Health Inspection Services (APHIS), National Veterinary Stockpile (NVS) is currently seeking vendors in support of their depopulation efforts of U.S. poultry industry birds infected with the Highly Pathogenic Avian Influenza (HPAI) disease. As part of its safeguarding mission, the U.S. Department of Agriculture (USDA) protects the health of the Nation's livestock and poultry. USDA responds to major animal disease events, helping to keep dangerous diseases from spreading and threatening even more animals. USDA also works to reduce the economic impact of disease events.

The NVS stores its inventory in multiple locations and in sufficient volume to ensure its ability to respond to multiple, large-scale, simultaneous animal disease outbreaks.
The USDA has confirmed cases of highly pathogenic avian influenza (HPAI) H5 in the Pacific, Central, and Mississippi flyways (or migratory bird paths). The disease has been found in wild birds, as well as in a few backyard and commercial poultry flocks. The Centers for Disease Control and Prevention (CDC) considers the risk to people from these HPAI H5 infections to be low. No human cases of these HPAI H5 viruses have been detected in the United States, Canada, or internationally.


The following sections define the specific services of personnel, supplies and resources required by the Contractor. The Contractor will be responsible for performing the services and duties specified. Work is to be directed and evaluated by USDA or State representatives. This Statement of Work includes activities to accomplish barn pre cleaning preparation, dry cleaning, and disinfection. This contract will serve as the primary instrument for accomplishment of these services when VS is given the responsibility to complete this work under the Flock Plans with affected owners.

A. BIOSECURITY
Site biosecurity must be maintained at all times and must follow protocols established by USDA or the State. As part of initial orientation, contractors shall receive a biosecurity briefing. Contractors are expected to adhere to the biosecurity protocols in place at the Incident.


• Understand and adhere to biosecurity on and off the farm as identified by the Incident Command.
• Team leaders, supervisors, foremen must ensure proper biosecurity protocol is enforced and adhered to by all contract employees.
• Shall ensure personal biosecurity is maintained at all premises identified by incident.
• Shall ensure site and equipment biosecurity is maintained at all premises identified by Incident Command.
• Taking photos and videotaping is prohibited.


Personal Protective Equipment and Personnel Safety
Contractors must adhere to applicable APHIS biosecurity, safety and health, personal protection equipment, and cleaning and disinfection guidelines. The contractor shall provide their employees with all proper PPE. All PPE will comply with 29 CFR 1910, subpart I and the CDC.

Health and Welfare
Contractors are required to notify the Incident Command and NVS of any medical or safety problems concerning contractors immediately.
C&D Task
Contractors will provide personnel, equipment and supplies required to perform the function of dry-cleaning the barns.
Barn Preparation
Barn preparation is the process of doing the initial work to prepare the barn for cleaning.
To prepare the barn the contractor must:
• Remove compost from the barn and transport and store as directed by USDA or State personnel.
• Verify all feed was removed from all parts of the feeding system, feed bins and tracks.


• USDA or State representatives will conduct an inspection to determine what items can and cannot be cleaned and disinfected and whether barn preparation is adequate for cleaning to begin.


Dry cleaning
Dry cleaning is the removal of removal of all organic material (dust, cobwebs, fecal deposits, feathers, etc.) from walls, pipes, light fixtures, feeders, etc. inside barns by hand cleaning using NO or minimal water and detergent. Techniques would include manually scraping and brushing and use of air compressors to remove such debris. Relevant equipment/tools needed for such work would include, but not be limited to, scrapers, wire brushes, brooms, air compressors, backpack blowers, scissor lifts and scaffolding.
To Dry Clean, the contractor would:
• If needed, spray all surfaces and areas to be cleaned with a light mist of water or disinfectant solution to control aerosolization of excessive dust.
• Scrape, sweep or vacuum contaminated area to remove organic material (feathers, cobwebs, dust).
• Provide supervisors to direct the work and that have sufficient electrical and mechanical knowledge to direct safe and effective cleaning of electrical and mechanical equipment that may be present in the barns.
• Special Needs and Considerations:( Chicken layer facilities only)
o Caging and upper aviary equipment is aluminum, fragile, and easily damaged. Most of these structures cannot be stepped on to enable an extended reach. Step ladders and or small scissor lifts (less than 36" wide) will be required to access the upper levels of the barns
o Auxiliary lighting will be required since power may be turned off during certain cleaning activities.
o Barns vary in size and are generally narrow and long (average 40-76ft X 300-600ft). Alleyways are 36 inches wide or less.
o Auxiliary cooling units may be required for personnel comfort depending on the weather.
o On most premises, water is limited to well water and water may need to be trucked in to support multiple barn cleaning.
• Completion of adequate dry cleaning will be verified/confirmed by USDA or State personnel before wet cleaning may begin. (wet cleaning is not included in this SOW) This would need to be negotiated at the start of the project. Dry clean/wet clean may go together if tactics warrant are agreed upon.
• Clean means that all debris, fecal matter, loose material and any other contaminants will be removed from the facility.


Disinfection
Contractor will be responsible for cleaning and disinfecting all vehicles, equipment and personnel entering/leaving the hot zone (to be identified by USDA bio-hazard team) using low pressure pumps for personnel, a basin for footwear, a basin for small tools/equipment using EPA-registered disinfectant with efficacy against Al according to label. If a non-EPA-registered disinfectant is determined to be the more effective, get IMT or NVS approval before use. Apply the disinfectant to the contaminated surfaces in accordance with the product label
Contractor must provide on-site supervisors who will oversee personnel performing this task. On-site supervisor must track hours worked each day. NVS Logistics Chief will provide a spreadsheet that will be updated each day for record keeping. The spreadsheet must be emailed to the IMT Operations Chief and the NVS Logistics Chief at the end of each day.
Personnel must be prepared for a High Path Response, Level C PPE. The safety officer USDA, Federal IMT or State Safety Officers have the authority to change PPE levels based on task being performed and weather conditions.
Contactors are required to have appropriate work gear to include goggles, coveralls, work gloves, work boots and hard hats etc. These items are provided by the contractor and are not reimbursed by the NVS. Contractor must maintain sufficient PPE and Respirators to perform task to include Protective Suit, nitrile gloves and boot covers are required and is reimbursable. Please bring enough High PPE required for use for the duration of the response.


The following support services are required by the contractor
Receipts for the cost for specialized equipment must be provided at invoicing. Contractor will be responsible for coordinating with the rental companies for any additional equipment.
• Eye Wash Station
• Hand wash station
• PPE w/Respirator
• All materials required for C&D
• Virkon for Cleaning and Disinfecting or APHIS approved disinfect for C&D
• Vacuum truck
• Portalets
• Bottled water


B. RECOMMENDED EQUIPMENT - check with IMT Operations Chief for actual items.
Wire brushes (with scraper nose)
Air compressors
Fiber brushes (long handled plastic handle)
Pails (12-14 quart)
Sponges
Tent (or other shelter)
Axes
shovels (flat)
Fork (manure)
Brooms (heavy)
Hoes
Garden rakes
Scrapers (long handled) (e.g., ice scrapers or straighten hoes)
Post-hole digger
Hose (3/4 inch x 25 foot)
Shop vacuum
Electrical cord (12 ga - 100 ft)


POWER TOOLS & EQUIPMENT
Power spray unit and tank
Spray nozzle
Safety can (5 gallon - with gas)
Hose (3.4 inch x 50 foot)
Skid Steers
Sweepers
Power Sweepers


C. REGULATORY COMPLIANCE
The contractor shall comply with all federal, state, and local codes and regulations including but not limited to the Occupational Safety and Health (OSH) Act, the Federal Compensation Act, Environmental Protection Agency, National Fire Protection Association, National Electrical Code, and Code of Federal Regulations (CFRs).

D. OSHA REGULATIONS
Contractors must know, understand, and comply with the Occupational Safety and Health Act of 1970 (29 CFR 1910 and 1926) as it pertains to their work responsibility. The act is administered by the U.S. Department of Labor in conjunction with the federal Occupational Safety and Health Administration (OSHA) or OSHA-approved state programs. Contractors must also comply with OSHA regulations and the General Duty Clause, which state that each employer "shall furnish to each of their employees employment and a place of employment which are free from recognized hazards that are causing or are likely to cause death or serious physical harm to his employees." Furthermore, the contractor must comply with OSHA recordkeeping requirements (29 CFR 1904) using OSHA logs 300, 301, and 300A, Logs of Occupational Injuries and Illnesses. The contractor must report all work-related fatalities to OSHA within 8 hours. The contractor must report all accidents in which one or more people experience inpatient hospitalizations, amputations or losses of an eye, to OSHA only if they occur 24 hours of the work-related incident (29 CFR 1904.39).

E. SAFETY PROGRAM REGULATIONS
Contractors are responsible for establishing and implementing a safety program for their employees. This program will include maintaining and auditing safety performance for compliance with applicable federal, state and local regulations, and established safety and environmental requirements, including but not limited to the contractor's safety and hazard communication programs. Contractors are to conduct regularly scheduled safety inspections of the work site by contract and subcontract personnel. The scope or duration of work may regulate the frequency of these inspections.
Contractors must take immediate corrective action when violations of job safety, fire, or environmental safety hazards are present. Contractors are to review their safety performance. Failure to correct a problem may result in work stoppage in the related area, and work cannot be resumed until the program is corrected. If work stoppages occur, the contractor must notify the APHIS safety point of contact.
Contractors are required to administer their own safety activities and are responsible for the safety of their employees. If requested by APHIS, contractors will submit a written copy of a description of their company's safety program. The contractors will provide a copy of all safety training/classes upon request from the APHIS safety program. The contractor's safety program must meet federal, state, and local regulatory requirements and be equivalent to or more stringent than APHIS's program. Where the programs are in conflict or the contractor's program does not address an issue, the APHIS safety program will govern. If required by the project, contractors and their safety specialist or designee must attend a pre-work safety conference with APHIS prior to beginning work. The purpose of the conference is to review procedures, forms, recordkeeping and reporting, and ensure the contractors and their personnel have a clear understanding of the safety program relevant to the work to be performed.

F. HAZARDOUS MATERIALS
Contractors are responsible for the safe use, storage, transportation and disposal of hazardous materials in accordance with all federal, state, and local laws. Contractors must have available for APHIS a list of chemicals or hazardous materials used in performance of their work and a copy of the Safety Data Sheets (SDS) for each material. The receipt of the list of SDS by APHIS does not relieve the contractor from requiring employees and other persons performing work to assume responsibility for the safe use, storage, and disposal of hazardous materials.
Contractors must require their suppliers, agents, and employees performing work, to use an approved substitute chemical or material in the place of a chemical or material that APHIS has restricted for use. Chemicals or materials brought onsite by employees and other persons performing work must bear a label stating the identity of the chemical or material, hazards associated with it, and the name of the responsible party bringing the chemical or material onsite.
Waste resulting from the work must be properly disposed of by the responsible contractor in accordance with federal, state, and local regulations. If the contractor is uncertain about proper waste disposal, he/she should contact the APHIS environmental representative. The contractor should report to the APHIS safety program any hazardous materials, pollutants, and contaminants encountered or generated from soils or facilities in place prior to commencement of work, or from portions of the contract already completed by other contractors. These will be disposed of in accordance with applicable laws. Contractors are required to keep accurate records of the types and quantities of waste, including but not limited to hazardous waste, and the facilities in which the waste is treated, incinerated, or disposed. The contractor must provide APHIS with copies of these records. Contractors cannot discharge or allow liquids (including muddy water) or chemicals to flow into a sewer or an open body of water, such as rivers, lakes, streams, washes, or drainage ditches.
Each new employee of the contractor will attend a safety and health orientation that includes the following information and training:

1.. Complete overview of the OSHA Hazard Communication Standard (29 CFR 1910.1200).
2. Hazardous chemicals present at his/her work site.
3. Physical and health risks of the hazardous chemicals employees will be working with.
4. Signs/symptoms of an overexposure to a chemical.
5. Proper use of equipment to determine the presence or release of hazardous chemicals at the work site.
6. How to reduce or prevent exposure to hazardous chemicals through use of control procedures, work practices, and personal protective equipment (PPE).

G. Steps the company has taken to reduce or prevent exposure to hazardous chemicals.

H. Procedures to follow for overexposures to hazardous chemicals.

I. How to read labels and SDS to obtain hazard information.

J. Location of the SDS and written hazard communication program.

K. Proper storage, transport, and disposal of hazardous materials.

 HAZARDOUS MATERIALS INVENTORY
Contractors must prepare a hazardous materials inventory before the materials arrive onsite. The hazardous materials inventory must contain:



1. Chemical name or the common name used on the SDS or container label.
2. Quantity stored onsite.
3. Area where the hazardous material is stored and to what extent it may be stored at altered temperatures or pressures.
The hazardous materials inventory must be prepared by the contractors for each work area and updated within 30 days of any addition or removal of a hazardous material, or when the quantity stored materially changes. The APHIS safety program may ask the contractors to submit electronic or hard copies of the hazardous materials inventory and SDS before the hazardous materials are onsite. Contractors may not store hazardous materials onsite without written consent from the site safety officer.

 SAFETY DATA SHEETS
Contractors must maintain the most current SDS provided by manufacturers and distributors of the material. If the contractor does not receive SDS from the manufacturer or distributor, the contractor should submit a written request for the SDS. The SDS must provide information in the areas required by OSHA in 29 CFR 1910.1200(g)(2). A copy of each SDS must be maintained at the work site. The copy must be easily accessible to contractors, employees, and APHIS personnel.
Interested sources are encouraged to email, fax or mail a capability statement to the contracting office. Telephonic inquiries will not be honored.
Please be sure to include the following information with your Capability Statement:


1. Business Size - (In accordance with NAICS code 562910) >$20.5Mil or <$20.5Mil
2. SAM Registration [ ] Yes [ ] No
3. GSA Vendor [ ] Yes [ ] No
4. Outline Vendor Plan of Action for depopulation
5. Quality Control Plan
6. Past Performance References
Please provide any references for past or current contracts (including Federal, State, and local government or private) for efforts similar to this type of project and include size and scope of project. References must provide the following to be considered:


Branch of Government /Company/Entity Name
Point of Contact Name, title, phone number
Email Address:
Description of work performed


Please email all questions regarding this notice prior to Sources Sought closing date. Small Business, Ability One, 8a and Hub zone concerns are encouraged to participate. This is not a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide Duns Number, and point of contact information with your response. The Government will not award any contract based on the information received, nor reimburse participants for information or samples they provide. Information or materials provided is strictly voluntary.


Please Email your response to Carol Dingess at Carol.Dingess@aphis.usda.gov. While Email is the preferred method of submitting this information, you may fax your information to 970-472-1897 or mail your response
Carol Dingess
Contract Specialist
Reference# APHIS-NVS-CD-16-562910
USDA/ APHIS/MRPBS/AAMD
2150 Centre Avenue
Building - B ( MS - 2E6)
Fort Collins, CO 80526
Please be sure to include notice # APHIS-NVS-CD-16-562910 on subject line. Telephonic inquiries will not be honored. Closing date for submissions of Capability Statements is 10/15/2015 at 4:00PM MT.


Anyone wishing to do business with the USDA must be listed in the government's System for Award Management Registrar now known as SAM. You may register on line with http://sam.gov
A prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from a solicitation. Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov or by calling Central Contractors Registration @ 1-866-606-8220


Anyone doing business with the USDA must also obtain a Dun and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:
http://fedgov.dnb.com/webform


The associated North American Industrial Classification System (NAICS) codes most associated with this type of requirement is 562910 - Remediation Services. The Small Business Size Category is $20.5.Mil.


The Government intends to provide information regarding this notice via this web site. The Federal Government is not responsible for notifications to offerors regarding notices, solicitations or amendments. It is the Vendor's responsibility to check this web site www.fbo.gov periodically for updates. Telephone and email requests will not be accepted


Carol R. Dingess, Contract Specialist, Phone 970-494-7360, Fax 970-472-1897, Email carol.dingess@aphis.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP