SOLICITATION NOTICE
U -- ENVIRONMENTAL HEALTH: HEALTH AND SAFETY TRAINER - Statement of Work
- Notice Date
- 5/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- PSC32533
- Archive Date
- 5/8/2010
- Point of Contact
- Allen Seward, Phone: 301-443-6853
- E-Mail Address
-
aseward@psc.gov
(aseward@psc.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This acquisition is conducted under the authority of 41 U.S.C. 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. EAEC, LLC 3653 Chesterfield Ave. Baltimore, MD 21213 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is PSC32533 and it is issued as request for proposal (RFP). Please view attachments This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The corresponding NAICS code is 541620 and the small business size standard is $7 million. Description the Service The FOH Environmental Health and Safety Health and Safety Trainer shall be responsible for, but not limited to, the following: •Provide accredited and non-accredited training courses to various Govt. agencies, which included updating and creating training materials. •Knowledge of over 30 different types of health and safety trainings to a variety of audiences and trades. •Training topics include: Confined Space, Hazardous Waste Management, Hazard Communications, Back Safety, Asbestos, Lead, Hearing Conversation, Accident Investigation, Personal Protective Equipment, Lockout/Tagout, Respiratory Protection, CPR/AED/FIRST AID, Blood borne Pathogens, and Office Ergonomics. •Evaluate food service establishments and provide appropriate corrective actions as they relate to the 2009 FDA food code. • Assist food service managers with sanitation related questions, best operating practices and continuous improvement. Any other duties as required by the designated official. Period of Performance The period of performance is a based period of 12 months. Base Period: May 12, 2010 through May 11, 2011 Place of Performance The place of performance for this contract is: Hubert Humphrey Building 200 Independence Ave, SW Washington, DC 20201 The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforms to the exact Health and Safety Trainer Services listed above and is the lowest price. Interested firms may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent to award is not a request for competitive proposals. However, all proposals received by the closing date, May 7, 2010, will be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.); (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009), (8)52.219-6, Notice of Total Small Business Set-Aside (June 2003); (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.); (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Interest offerors must submit capability statement and/or proposal NO LATER THAN 11:00 PM EASTERN TIME MAY 7, 2010 VIA electronic copy to Allen.Seward@psc.hhs.gov. Each response should include the following Business Information: a.DUNS; b.Company Name; c.Company Address; d.Current GSA Schedules appropriate to this Award, If applicable; e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system; f.Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp; g.Company Point of Contact, Phone and Email address. Please contact Allen Seward, Contract Specialist, 301.443.6852, regarding this solicitation if you have any question.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC32533/listing.html)
- Place of Performance
- Address: Hubert Humphrey Building, 200 Independence Ave, SW, Washington, District of Columbia, 20201, United States
- Zip Code: 20201
- Zip Code: 20201
- Record
- SN02140262-W 20100506/100504235710-92b5a8e1d3f6257beadeb665ec5a9f70 (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 |