Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

R -- SAFETY / HEALTH AND ERGONOMIC ENGINEERING TECHNICAL SUPPORT

Notice Date
1/12/2007
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Information Technology Division (9TS), 9988 Hibert Street, Suite 204, San Diego, CA, 92131, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-9T7SLSOM021-RFI
 
Response Due
1/19/2007
 
Archive Date
12/31/2007
 
Description
General Services Administration (GSA) Federal Technology Services (FTS) Request for Information (RFI) For SAFETY / HEALTH AND ERGONOMIC ENGINEERING TECHNICAL SUPPORT NAVAL FACILITIES ENGINEERING COMMAND SOUTHWEST (NAVFAC SW) 1.0 INTRODUCTION: This is a Request for Information (RFI) being released by the General Services Administration, Federal Technology Service, Region 9 (GSA, FTS, 9TS) on behalf of the Naval Facilities Engineering Command Southwest (NAVFAC SW). GSA has a requirement to provide a total solution contract for a Base and four (4) Option year periods. This RFI is issued for planning purposes and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of GSA or NAVFAC SW to acquire any products or services. GSA is interested in your input, as an industry expert, by submitting (for suggestion purposes only) the ?best approach? for the described objectives / requirements. You are therefore invited to participate by responding to this Request for Information (RFI). This is not a Request for Proposal (RFP), however, GSA plans to release a RFP for this requirement in the near future. It is understood that any firm, which chooses to respond to this RFI, does so on their own accord and that no obligation for compensation or future contract is promised nor implied by GSA. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the Government to form a binding contract. Contractor response should include 1) recommended best approach contract type including a brief explanation; and 2) ?Supplies or Services? bid/offer schedule (format). Do not include any prices or quantities. 1.1 CONTRACTING OFFICE ADDRESS GSA FTS 9TS 9988 Hibert, Suite 204 San Diego, CA 92131-2480 1.2 DESCRIPTION NAVFAC SW is tasked to identify and resolve Safety, Non-Structural Electrical, and Ergonomic ?Workplace Environment? issues within the Navy and implement resolutions to these issues that comply with current OSHA and Navy guidelines. The primary source of projects are based on inspections of Naval Facilities (CONUS and OCONUS) conducted by Regional Navy Occupational Safety and Health, Public Work Center and/or local Safety and Health Offices. The results of these inspections are entered into a Navy-wide Mishap Prevention / Hazard database. 1.2.1 Estimated Work Requirement It is projected that approximately fifty (50) hazards per year will be identified, categorized as twenty-eight (28) Ergonomics, five (5) Non-Structural Electrical and seventeen (17) Safety/Health/Fall Protection. Other Direct Costs (ODCs) for Travel and Material(s) required that are integral to the task may equal 40% or more of the total contract cost. 2.0 OVERALL PROGRAM OBJECTIVE The Navy?s Mishap Prevention and Hazard Abatement Program (MP/HAP) is available to fund mishap prevention initiatives and abatement of hazards for which local activities do not have sufficient funds and to address hazards at multiple activities that can be corrected with common designs where applicable. The Navy OSH Program requires commands to identify workplace hazards during self-assessment, investigations, evaluations, oversight inspections, and through employee reports. The program also requires commands to evaluate and correct identified hazards. The MP/HA Program is administered by the Naval Facilities Engineering Command (NAVFAC) and is only available for Navy Activities. Funding priority is based on the highest degree of risk of fall, ergonomic, and electrical hazards. 2.1 Contract Objectives The objective of this contract is to assist NAVFAC SW, San Diego, CA ?Workplace Environment? Mishap Prevention and Hazard Program, in analyzing, designing, researching, developing and implementing solutions to 1) Safety, 2) Non-Structural Electrical, and 3)Ergonomic hazards where such issues are identified and within the purview of NAVFAC SW. The objective(s) includes conducting site surveys to identify and validate reported issues; developing resolutions compliant with appropriate guidelines; and providing recommendations and support for implementation and integration of the most efficient, effective resolution option(s) based on detailed cost/benefit trade-off analyses. 2.2 Specific Objectives Include(s) but not limited to the following: 2.2.1 Program Manager, Safety & Mishap Prevention and Hazard Abatement (MP / HA) Program: Provide on an ongoing basis, project management information and documentation consistent with that as defined in the Project Management Body of Knowledge (PMBOK). 2.2.2 Technical and Financial Aspects: Responsible for managing all technical and financial aspects of complex Safety & MP / HA Programs/Projects as well as supervise contractor assigned staff. 2.2.3. Project Tools and Scheduling: Maintain program tools necessary for project scheduling and identifying the tasks? critical paths and project interdependencies, entering data into the database, performing detailed cost analysis, converting and archiving data related to Safety, Non-Structural Electrical and Ergonomic hazard(s). 2.2.4 Site Analysis and Assessment Documentation: Utilizing ?Best Industry Practices? the contractor shall provide professional engineering services leading to the recommendation and possible solution of Safety, Mishap Prevention, Non-Structural Electrical and Ergonomic hazard(s) as assigned by NAVFAC SW. 2.2.5 Assessment and Proposed Resolution(s): Provide Site Analyses that include descriptions of all related hazards identified and/or verified at each facility; and recommendations for the most efficient, effective resolution choice based on detailed cost/benefit trade-off analyses for resolving each hazard in compliance with existing guidelines. Identify, if and wherever economically feasible, resolutions which could be researched and developed to implement and resolve similar issues on a global scale for Navy or DoD applications. 2.2.6 Engineering-Type Diagrams and Documents: Develop detailed engineering-type diagrams and visuals which incorporate the comments and recommendations of both NAVFAC SW subject matter experts and the Facility technical experts as to the practicality and applicability of the proposed issue solution. 2.2.7 Additional Professional Engineering Services and Training: Provide additional professional engineering services and training related to Safety, Non Structural Electrical, Ergonomic and other ?Workplace Environment? issues. These services include, but are not limited to, strategic planning; concept development; requirements analysis; system design, assessment logistics support; emergent requirements related to immediate life safety issues, and acquisition and life cycle management. 2.2.8 Development of Performance Work Statements (PWS) and Requests for Proposal (RFP): Develop, as required, detailed PWS(s) in compliance with the 7 Steps to Performance Based Statement of Work best practices (see URL: http://www.acquisition.gov/comp/seven_steps/home.html). The contractor shall provide appropriate contract documentation that may be used by NAVFAC (CONUS and OCONUS) or by Regional Navy Occupational Safety and Health, Public Work Center and/or local Safety and Health Offices for the purposes of procuring solutions that are not with-in scope of the intended Contract. The contractor shall provide documentation suitable for "best value" competitions to be utilized by the government. Solicitation documentation may include but not limited to the following: a) Acquisition Plan (Limited and/or Comprehensive) b) Performance Work Statements (PWS) c) Quality Assurance Surveillance Plan (QASP) d) Independent Government Cost Estimate (IGCE) e) Request for Proposal (RFP) f) Recommended source list 2.2.9 Other Direct Costs Materials: As approved, purchase equipment, materials, and supplies to support the objectives of this requirement 3.0 Prohibited Actions: Construction; and, Architectural and Engineering (A&E) The requirement specified herein does not entail construction or construction related design requiring a professional licensed engineer; although this requirement may require incidental alteration(s). Solutions requiring construction will be facilitated by other contracting mechanisms determined by the client. 4.0 INSTRUCTIONS FOR RESPONDING Contractor responses should include 1) recommended best approach contract type including a brief explanation; and 2) ?Supplies or Services? bid/offer schedule (format). Do not include any prices or quantities. The cover letter submitted in response to this request should include the following information: a) Company Name b) Primary Point of Contact c) Address d) Telephone Number e) Fax Number f) E-mail address for POC g) Interest as Prime Contractor Subcontractor, or other. The cover letter should also indicate the Socioeconomic status of the Respondent organization as one or more of the following: (1) small business; (2) 8(a) business; (3) HUBZone small business; (4) small disadvantaged business; (5) woman-owned small business; (6) veteran-owned small business; (7) other organization. Email responses shall be submitted to: Steven Miliner Contracting Officer U.S. General Services Administration 9988 Hibert, Suite 204 San Diego, CA 92131-2480 Telephone: (858) 537-5173 Fax: (858) 537-2213 E-mail: steven.miliner@gsa.gov Please submit responses via e-mail in Microsoft Word format no later than 11:00 A.M. Pacific Standard Time on 19 January 2007.
 
Place of Performance
Address: CONTRACTING OFFICE ADDRESS, GSA FTS 9TS, 9988 Hibert, Suite 204, San Diego, CA 92131-2480, , Specific PoP:, Naval Facilities (CONUS and OCONUS), Regional Navy Occupational Safety and Health, Public Work Center and/or local Safety and Health Offices.
Zip Code: 92131
Country: UNITED STATES
 
Record
SN01211338-W 20070114/070114190827 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.