Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

R -- REQUEST FOR INFORMATION - DOL SAFETY, OCCUPATIONAL HEALTH, AND WORKERS' COMPENSATION SUPPORT FUNCTIONS

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL111RI21169
 
Archive Date
11/13/2010
 
Point of Contact
Ronald J Jordan, Phone: 202-693-4595
 
E-Mail Address
jordan.ronald@dol.gov
(jordan.ronald@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
SAFETY, OCCUPATIONAL HEALTH, AND WORKERS' COMPENSATION SUPPORT FUNCTIONS REQUEST FOR INFORMATION The Department of Labor, Office of the Assistant Secretary for Administration and Management (OASAM), Office of Worker Safety and Health (OWSH), seeks to obtain industry responses to this request for information (RFI). The purpose of this RFI is to identify firms with the necessary experience and practical knowledge to provide assistance to OWSH, in the administration and management of the DOL workplace safety, occupational health, and workers' compensation programs. Towards this end the contractor shall provide technical support required to develop, implement and evaluate DOL internal programs and provide accurate assistance and advice to agency and regional safety, occupational health, and workers' compensation staff in accordance with the Occupational Safety and Health Act of 1970, Executive Order 12196, 29 CFR 1960, Federal Employees Compensation Act (FECA), related laws, policies, regulations and standards, and DOL policy requirements. These technical support tasks will implement DOL's internal policies, plans, practices, and procedures in support of the Department's workplace safety, occupational health, and workers' compensation goals and mission. Duties may involve associated administrative functions associated with workplace safety, occupational health, and workers' compensation programs oversight, administration and tracking. It is requested that responses to this RFI do not exceed twenty (20) pages in length. Each response will display the RFI requirement and the prospective firm's response. This RFI does not constitute a commitment of future funding and does not obligate the government to enter into any supplier/consumer relationship. Future notifications may be provided as points of clarification or updates communicated at part of the procurement process. 1. Demonstrate the availability of key personnel for full time work (day shift) at the Department of Labor headquarters location who best meet the following qualifications: Program Manager - Minimum qualifications for the Program Manager providing program oversight include education, training, and experience commensurate with the ability to oversee and approve the quality of the work activities and work products produced by the Contractor staff. Certification as industrial hygienist (CIH) or safety professional (CSP) is preferred. The Program Manager must also have at least 3 years experience in personnel supervision and ensure that they and their staff have the ability to carry out assigned duties and provide technical assistance with minimal supervision. The Program Manager is also expected to serve as a Safety & Occupational Health Specialist as dictated by changes in the OWSH work load. Safety & Occupational Health Specialist - Minimum qualifications for providing safety & occupational health expertise include a college degree in occupational safety and health, industrial hygiene, safety management, safety engineering, fire science or fire protection, and 4 or more years of experience in the field of occupational safety and health to include the recognition, anticipation, and control of workplace hazards, job hazard analysis, ergonomic assessments, accident/incident investigation, inspections of various work environments and safety and health program audits. Experience in developing and presenting safety and occupational health training, orientation, and briefings is required. Personnel must have current training and experience on the practical application of National Fire Protection Association Codes, including, but not limited to the Life Safety Code, the National Electric Code, OSHA standards 29 CFR 1960, 29 CFR 1910, 29 CFR 1926, and 29 CFR 1904; knowledge of American National Standards Institute Codes (as applicable), International Building Code/Uniform Building Code and appropriate fire codes. Personnel must have experience with the analytical methods necessary for evaluating injury and illness statistics to identify trends, draw conclusions, and make recommendations for improving the effectiveness of DOL agency workplace safety & occupational health programs. Preferred qualifications included certification as industrial hygienist (CIH) or safety professional (CSP). Workers Compensation Specialist - Minimum qualifications for providing workers' compensation expertise include a minimum of 5 years experience in administration of FECA and related workers' compensation activities with up-to-date training and experience on the practical application of FECA related laws, policies, regulations, and standards. Personnel must have experience with reviewing and evaluating workers' compensation programs, risk management and loss control practices, claims analysis, claims cost reduction interventions, techniques, practices, and procedures. Personnel must have experience, skill and mastery of technical and programmatic workers' compensation concepts, theories, and studies and the practical application of such to the development and implementation of an effective workers' compensation program. Personnel must have the knowledge and expertise to develop and conduct training on a variety of workers' compensation topics. Personnel m ust have training and experience with return-to-work management techniques and familiarity with the Office of Workers' Compensation Programs Agency Query System (AQS). Personnel must have experience with the analytical methods necessary for evaluating injury and illness statistics to identify trends, draw conclusions, and make recommendations for improving the effectiveness of DOL agency workers' compensation programs. Past experience as a FECA workers' compensation claims examiner is preferred. 2. Demonstrate experience providing occupational safety and health program support to Federal agencies of a size and function makeup similar to that of DOL. 3. Demonstrate experience with Federal agency workers' compensation programs. 4. Demonstrate experience with the administration and use of electronic data management systems for safety and health and workers' compensation information to include the ability to conduct in-depth trend analysis of injury and illness data. 5. Demonstrate experience conducting review and approval of building plans for new and renovated spaces and equipment to ensure they meet Federal requirements including OSHA, GSA, and NFPA standards and codes. Demonstrate access to Fire Protection Engineering expertise. 6. Demonstrate experience responding to employee reports of unsafe or unhealthful conditions, conducting routine and unplanned workplace inspections, investigating accidents and incidents. 7. Demonstrate experience developing training programs, curricula, and materials to instruct adult learners on occupational safety and health and workers' compensation topics. Experience should include a variety of media including in-person, online training platforms, and learning management systems. 8. Provide the name, phone number, and email address for the proposed executive in charge and program manager. Provide resumes for the executive in charge and key personnel. 9. Explain your culture, work ethic and corporate philosophy in terms of supporting client agencies. In particular, cite specific approaches to solving client (functional, technical and political) issues and delivering on expectations. 10. What quality management plan is employed to determine your firm's effectiveness to deliver high quality results to a client? What approach is used to modify or improve client satisfaction? All interested parties are invited to respond to this RFI. In addition to responding to the above questions, a cover letter must also be provided. The cover letter must cite the following information at a minimum: 1. RFI Number (DOL111RI21169); 2. Company Name, Address, Contact Person Information; 3. Vendor's DUNS Number; 4. Business Size and Size Standard / Classification 5. Socio-economic Categories (SB, 8(a), SDVOSB, HUBZone, etc.) The closing date for the receipt of responses is 1:00 PM, Eastern Time, October 29, 2010. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses must be submitted via email jordan.ronald@dol.gov. Telephone calls regarding this RFI will not be accepted. The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make an award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL111RI21169/listing.html)
 
Place of Performance
Address: 200 CONSTITUTION AVE, NW, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02312095-W 20101017/101015234101-f8bf5b2168e8a2c892e7362895459944 (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.