Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2011 FBO #3386
SOURCES SOUGHT

R -- Identify Industry Capability to provide a Nationwide Solution for Occupational Safety and Health Support Services

Notice Date
3/1/2011
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS01-11-P-OSH999
 
Point of Contact
Kirsten M O'Brien, Phone: 571-227-5633, Isabel Roman-Cogswell, Phone: 571-227-2461
 
E-Mail Address
kirsten.o'brien@dhs.gov, Isabel.Cogswell@dhs.gov
(kirsten.o'brien@dhs.gov, Isabel.Cogswell@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
A. Introduction. The Transportation Security Administration (TSA) Office of Acquisition (OA) is issuing this Request for Information (RFI) to be used for market research purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Requestor to acquire any products or services. If an RFP or an RFQ is issued, it will be officially issued by the TSA Office of Acquisition and will be synopsized in FedBizOpps unless the use of GSA Schedule is deemed more appropriate. Instructions on how to provide a response are provided below. Businesses of any size are encouraged to submit a response to this RFI, particularly small businesses. The requestor does not intend to pay for the information requested. All information provided is for Government planning purposes only. B. Anticipated Requirement. TSA OSHE is seeking to acquire specialized Occupational Safety and Health (OSH) services to assist in meeting this mission while supporting TSA's global security mission and objectives by ensuring that the following OSH program elements are implemented, maintained, and improved upon at TSA Headquarters and over 500 TSA field organizations CONUS/OCONUS: • Baseline and on-going job hazard analyses of all work areas, work processes, emerging technologies, and new TSA workplaces to address any occupational safety and health hazards that may exist. • Specialized studies and assessments of ergonomic, industrial hygiene, and other workplace safety and health issues in TSA workplaces. • Formal safety and health inspections of all TSA work places annually to identify potential hazards and implement corrective actions in accordance with regulatory requirements. • Professional OSH support and outreach to assist TSA establishments with local implementation of the OSH program and to ensure compliance with laws, regulations, and policy. • New and existing technology and equipment reviews, tests, and analyses for potential radiation, chemical, or biological health hazard exposure to TSA employees and technical guidance development and communication to minimize, if not remove risk of exposure to TSA employees. • Investigate and track corrective actions resulting from employee notices of unsafe or unhealthful working conditions, formal and informal TSA safety inspections, baseline and on-going job hazard analysis, special assessments, OSHA notices of complaint, and OSHA inspections of workplaces and communicate abatement actions to appropriate authorities for closure purposes. • Investigate and track corrective actions resulting from employee injuries, illnesses, and damage to motor vehicles, equipment, or facilities, and identify causal/contributory factors to prevent future occurrences. • Document, manage, analyze, and communicate OSH activities in a TSA-provided electronic system of record, including job hazard analyses, formal annual inspections, specialized studies or assessments, OSHA compliance audits, injuries, illnesses, damage to property, equipment, or facilities; abatement strategies, and corrective actions. • OSH training development and course delivery through instructor-led and web-based media to support OSH program implementation and employee safety awareness. The OSH Support Services contract must be fully responsive and proactive in its daily support services in consultation and collaboration with the OSHE Office. Support services will be provided in the areas of program development and implementation; training development, evaluation, and instruction; communications and outreach; technical assistance, inspections, and abatement strategies; program evaluation; committee support; and completion and refinement of work products initiated under previous contracts. The OSH Support Services contractor is required to provide proven technical expertise and competence, and be able to demonstrate (I) a broad OSH knowledge base, (2) experience in resolving routine and novel safety and health issues, (3) completion of peer-recognized professional training programs, and (4) strong oral and written communication skills. C. Submission of Information. Any vendor responding to this Request for Information shall provide a narrative description, not to exceed five (5) pages in length, a vendor's experience summary, not to exceed two (2) page, and a one (1) page cover letter for a total submission not to exceed eight (8) pages. A sheet of paper containing text on both sides is considered two pages. Also, the proposal text may not be smaller than 12-pitch type on standard 8 ½ by 11 inch paper. If proprietary information is provided, please mark as "Proprietary for Government Use Only". Information should be organized in accordance with the instructions in this document in order to permit a thorough capability assessment by the TSA for the purposes of market research. 1. Cover Letter (1 Page maximum). The cover letter must clearly identify the following information: (a.) Company's Name (b.) Company's Address (c.) DUNS number (d.) Points of Contact(s) (Name, E-mail, phone number, etc.) (e.) Business Size (f.) Known Teaming Partners, Subcontractors, or Technology Providers (g.) Identification of company's GSA Federal Supply Schedule or other Government-wide Acquisition Contract(s) (including contract numbers) (h.) Company Overview (e.g. type of services/ products offered) 2. Narrative Description (5 Pages maximum). A description on how the vendor would satisfy the anticipated requirements. Vendors should specifically address each bulleted item under Section B. 3. Vendor's Experience Summary (2 page maximum). Providing a solution that satisfies the anticipated requirement. Specifically, identify other government users of the product, (a.) Description of similar projects completed for government customers - including points of contact, phone number, and email address. (b.) Description of Vendor's government contracting and procurement experience D. Due Date. Responses to this Request for Information must be submitted to the TSA via e-mail to Kirsten.O'Brien@dhs.gov not later than 12:00 PM EST, Friday, March 18, 2011. Responses not received by the closing date and time may not be considered for assessment by the TSA. All comments, inquiries, and responses should be directed in writing via email to the following individual: Kirsten O'Brien, Contract Specialist, Kirsten.O'Brien@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-11-P-OSH999/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN02390034-W 20110303/110301234452-1d0b65dabac2db0b2b9ceee0575bfb60 (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.