Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOURCES SOUGHT

M -- SAFETY HEALTH ENVIRONMENTAL AND MISSION ASSURANCE SUPPORT SERVICES-SHEMASS

Notice Date
12/6/2011
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
SHEMASS-2011
 
Response Due
1/4/2012
 
Archive Date
12/6/2012
 
Point of Contact
Eunice J Adams-Sipp, Contract Specialist, Phone 216-433-6644, Fax 216-433-2480, Email Eunice.J.Adams-Sipp@nasa.gov - Nikki D Brown, Contract Specialist, Phone 216-433-6386, Fax 216-433-2480, Email Nikki.D.Brown@grc.nasa.gov
 
E-Mail Address
Eunice J Adams-Sipp
(Eunice.J.Adams-Sipp@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Glenn Research Center (GRC), Cleveland, Ohio, is seeking information onpotential sources to provide Safety, Health, Environmental, and Mission Assurance SupportServices (SHEMASS) as outlined below. Submitted information will assist GRC in internalacquisition planning relative to work consolidation, set aside decisions, and orappropriate level of competition and/or small business subcontracting goals. Anyresulting contract would be for a period of five (5) years consisting of a base andoption period commencing in 2012. The applicable NAICS codes are 541330 (EngineeringServices) with a small business size standard of $4.5M; and 541620 (EnvironmentalConsulting Services) with a small business size standard of $7M. GRC is seekingcapability statements from businesses including Large, Small, Small Disadvantaged (SDB),8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB),Historically Underutilized Business Zone (HUBZone) businesses, and Historically BlackColleges and Universities (HBCU)/Minority Institutions (MI). The Government reserves theright to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB),or HUBZone business set-aside based on responses hereto. Offerors can respond to threeoptions as follows:Option-A: Respond to Work Package 1 Option-B: Respond to Work Package 2Option-C: Respond to the combination of Work Packages 1 and 2Response to Option-A is limited to a total of 20 pages. Response to Option-B is limitedto a total of 10 pages. Response to Option-C is limited to 30 pages. If an Offerorchooses to respond to Option-C, no responses are accepted for Option-A or Option-B fromthat Offeror.Responses should consist of a COVER letter no longer than two pages, which indicateswhich option the Offeror is responding to, name and address of firm, size of business andsuccinctly addresses ownership, potential teaming partners, prime contractor (ifpotential sub) or subcontractors (if potential prime), the number of years in business,annual sales over your last three business years, the number of employees you have nowand over your last three business years, relevant GSA schedule contracts, a company Pointof Contact; and a CAPABILITY section (comprised of the remaining pages) demonstratingyour capability and experience as a prime or subcontractor in outlined work areas. Interested respondents should submit their capability responses to NASA Glenn ResearchCenter, Attn: Eunice Adams-Sipp MS 60-1, 21000 Brookpark Road, Cleveland, Ohio 44135.Responses may also be e-mailed to Eunice.J.Adams-Sipp@nasa.gov. All responses shall besubmitted no later than Wednesday, January 4, 2012 by 4:30 p.m. EST. Please referenceSHEMASS-2011 in any response. GRC will review responses and use them to assist GRC ininternal acquisition planning relative to work consolidation, set aside decisions, and orappropriate level of competition. Once reviewed, GRC may contact selected firms foradditional information. Please note that this synopsis is for information and planningpurposes only and is not to be construed as a commitment by the Government. Further, theGovernment will not be financially responsible for information solicited or travelexpenses incurred. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation forthe requirement. No solicitation exists; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in FedBizOpps and onthe NASA Acquisition Internet Service. It is the potential Offerors responsibility tomonitor these sites for the release of any solicitation or synopsis. Scope requirements for the two Work Packages within the SHEMASS Contract are noted below. The Offerors should explain the corporate reach back and corporate capacities toaccommodate over 100 tasks at one time, within the scope of the SHEMASS contract listedbelow. These tasks can be both ongoing or one time task ranging from a few thousanddollars to few millions of dollars in value at various locations at GRC, NASA HQ andother NASA Centers or Government Agencies that would be within the contract scope ifrequired. The Offeror in their response should include the turn- around times for taskproposals assuming 1 to 20 new tasks a week will be received.************************************************************Work Package 01 (WP-01) Scope: Institutional Safety, Health, and Environmental Services WP-01.1: The primary customer for WP-01.1 is the Safety, Health, and EnvironmentalDivision at GRC, also known as Code-QS. The primary customer-estimated contract staffinglevel is approximately 27 work year equivalents (WYE) per contract year for WP-01.1. The contractor shall provide the necessary management, personnel, equipment, andmaterials required to plan, evaluate and execute multiple tasks in the areas ofOccupational Health, Health Physics, Safety Management, Chemical Management andadministrative support functions. The contractor shall have the ability andqualifications to provide professional and technician level personnel to anticipate,recognize, evaluate and control workplace occupational health hazards, develop andimplement policy and education programs and conduct audits, assessments and fieldinspections for compliance verification within the disciplines of Industrial Hygiene thatinclude, but are not limited to, hazard/exposure assessments, hazardous materials (lead,mercury, asbestos, nanomaterials, synthetic fibers), hearing conservation, hazardcommunication, comprehensive chemical management including chemical acquisition review,MSDS management, chemical inventory management, and labeling, personal protectiveequipment, chemical hygiene, chemical sampling and analysis, indoor air/environmentalquality response, support of emergency response operations and planning, ventilationdesign and management, blood borne pathogens, reproductive hazards, respiratoryprotection, ergonomics and management of safety and health equipment.The contractor shall have the ability and qualifications to provide technician levelpersonnel to anticipate, recognize, evaluate and control workplace hazards from sourcesof ionizing, non-ionizing, and laser radiation, as well as manage and otherwise supportvarious program elements within the discipline of Health Physics. Such tasks include,but are not limited to, implementation of external dosimetry program, inspection ofsurveillance of radiation-generating equipment, radioactive material inventory andsurveys, exposure hazard/exposure assessments associated with uses of non-ionizingradiation, management of instrumentation, facility inspections, and support to theCenters Laser Safety and Radiation Safety Officer.The contractor shall have the ability and qualifications to provide professional andtechnician level personnel to anticipate, recognize, evaluate and control safety relatedhazards, develop and implement policy and education programs and conduct fieldinspections for compliance verification within, but not limited to, the areas of FacilitySystem Safety, hazard analysis, pressure systems safety engineering, fire protection,electrical safety, safety compliance, safety engineering, shop safety, office safety,fall protection including a qualified fall protection as defined by American NationalStandards Institute, ANSI Z359, construction safety, confined space, lock-out / tag-out,lifting devices including mobile cranes, mishap investigations and emergency planning andresponse.The contractor shall have the ability and qualifications to provide technician levelpersonnel to manage and evaluate mishap investigation data. Such database administratortasks include, but are not limited to, assist in developing and implementing policy,train/assist end users and independently manage a unique database system that entailsintegral modules for reporting, recording and tracking all NASA mishaps, close calls, andpost-incident corrective actions.WP-01.2: The primary customer for WP-01.2 is the Energy and Environmental ManagementOffice at GRC, also known as Code-FE. The primary customer-estimated contract staffinglevel is approximately 12 work year equivalents (WYE) per contract year for WP-01.2.The functional tasks defined are required to conform to all related regulatory/NASArequirements including 29 CFR 1910, 29 CFR 1926 and 29 CFR 1960, the Centers BusinessManagement System (BMS), applicable consensus standards, applicable NASAstandards/requirements, support of title 40 Emergency planning and Right to knowregulations, Federal Standard 313 A, applicable Homeland Security chemical standards,Safe Drinking water standards, and OHSAS 18001. The tasks shall be performed principallyin the GRC locale; however, occasional travel, and some task may be performed at and forNASA Headquarter, and other NASA installations The contractor shall provide the necessary management, personnel, equipment, andmaterials required to plan and execute multiple tasks in the areas of Emergency Response,Environmental Compliance, Environmental Division Support, Environmental Engineering,Environmental Management, Waste Management, Environmental Sampling, Chemical Sampling andAnalysis, Information Technology (IT) as specified. The functional tasks defined in thisStatement of Work are required to conform with all regulatory requirements and supportthe Centers ISO 14001 Environmental Management Systems (EMS). The Offeror shall ensurethat all work products meet the requirements of GRCs ISO 14001 registered EnvironmentalManagement System (EMS). The Offeror shall have ability and qualifications to plan,conduct internal and external audits, in all the areas mentioned. The tasks described inthis SOW shall be performed principally in the GRC locale; however, occasional travel,and some task may be performed at and for NASA Headquarters, and other NASAinstallations.The Energy and Environmental Management Office provides an awareness to the GRC communityof its responsibilities relating to the environment and to ensure activities conducted atthe facility are accomplished in compliance with Federal, State and local environmentalregulations, NASA Environmental policy, and the Glenn Environmental Programs Manual. Inclusion of a program area in this section does not obligate the government to providework in the specific area, nor does it limit the government's ability to contract forthat program area through other means.The individual environmental media and program areas are overseen and managed by the GRCcivil servant staff. The contactor may be tasked with supporting various programs orinitiatives or otherwise performing tasks under the purview of Code-FE and/or Code-QS. Depending upon the particular scope of work contained in any individual delivery order, avariety of tasks, investigations, reports or studies may be required during the period ofthis contract.The scope of said activities involves all environmental disciplines toinclude, but not limited to: researching applicable requirements, program development,implementation, implementation of needed changes to GRC operations, investigations,studies, reports, document management, technical support, regulatory consulting,environmental sampling work plans, environmental sampling, chemical sampling and analysisand program management in the areas of: rule-making, regulation drafting, air and waterquality, waste water, storm water, air and water pollution control, affirmativeprocurement, investigation of past waste disposal sites, site remediation, biology,ecology, sociology, economics, architectural history, archeology, toxicology, landscapearchitecture, engineering, environmental engineering, chemistry, geology, geographicinformation systems (GIS), remote sensing, risk communication, public outreach, trainingand cultural diversity. This requires an appropriate level of formal education, experience, current mandatorytraining and a detailed knowledge of applicable Federal statues, executive orders andregulations, State of Ohio statues and regulations and local statues, executive ordersand regulations, NASA Environmental policy, and the Glenn Environmental Programs Manual. In addition to supporting the various environmental programs designed to assist theCenters compliance, all work done under this contract shall be done in accordance withall Federal, State, and local environmental regulations, NASA Environmental policy, andthe Glenn Environmental Programs Manual as kept current on line at:http://smad-ext.grc.nasa.gov/shed/pub/epm/epm-manual.pdf The tasks associated with this workpackage fall under the following general categories:Superfund Amendments and Reauthorization ActTitle III of the Clean Air Act section 112(b)Labeling Program Chemical Sampling and Analysis TasksOn-Site Chemical Analysis Off-Site Chemical Analysis Bulk Sampling and Analysis for Asbestos Abatement Soil Boring, Sampling and Analysis Water Sampling and Analysis Waste Management TasksHazardous Waste Analysis Environmental Compliance TasksClean Air Act Comprehensive Environmental Response Compensation and Liability Act (1980) National Environmental Policy Act The Pollution Prevention Act of 1990Geographic Information SystemClean Water Act Spill Prevention Control and Countermeasures Plan (SPCC Plan)Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST) programsSustainability and Affirmative Procurement ProgramWP-01.3: The primary customer for WP-01.3 is the Facilities Division at GRC, also knownas Code-FD. The primary customer-estimated contract staffing level is approximately 16work year equivalents (WYE) per contract year for WP-01.3.The Offeror shall provide the necessary management, personnel, equipment, and supplies(not otherwise provided by the Government) associated with the planning, implementation,and assessment of the following:Fire protection services include providing technical fire protection support to the GRCAuthority Having Jurisdiction (AHJ) for Fire Protection; performing plan reviews againstthe international model codes, state and building and fire codes, and NASA policy andguidance documents; assisting with the performance testing of required fire protectionsystems for repairs and new system installations and in auditing periodic inspectiontesting and maintenance of these systems; assisting with facility safety inspections anddevelopment of corrective action/abatement plans; supporting the Building Manager teamwith addressing safety concerns of building occupants; assisting with EmergencyPreparedness Plan and Continuity of Operations Plan reviews; assisting with constructionsite inspections and review and coordination of Health and Safety Plans; assisting withthe resolution of SHED concerns as requested by the Code-FD Safety Manager.Environmental/occupational health services include design and oversight responsibilitieson both large and small facility and/or system projects from conception to completion;ensuring that environmental/occupational health requirements are identified in theconcept and requirements phases, incorporated into the facility design and acquisitionphases and implemented in the facility construction and closeout phases; participates asproject team member; functions as environmental/occupational health POC for Code-FD; andreviews and coordinates Health and Safety Plans.Safety services include design and oversight responsibilities on both large and smallfacility and/or system projects from conception to completion; ensuring that OSHA and GRCsafety requirements are identified in the concept and requirements phases, incorporatedinto the facility design and acquisition phases and implemented in the facilityconstruction and closeout phases; participates as project team member; functions assafety POC for Code-FD; and reviews and coordinates Health and Safety Plans.Construction project management services include responsibilities on both large and smallfacility and/or system projects from conception to completion; responsible for theday-to-day planning, implementation and activation of facility projects. Specificactivities are required throughout the project life-cycle including support in each ofthe following phases; concept, requirements, design, acquisition, construction,activation and closeout. Performance metrics include pre-planning, cost, schedule,quality, coordination and customer satisfaction.Construction management (CM) services include functioning as the day-to-day liaisonsbetween the contractor and the Contracting Officers Technical Representative (COTR) inthe performance of his/her duties. In that regard, the CM is responsible for monitoringthe overall contract performance by the contractor including the delivery of the finalproduct and services as identified in the construction contract.Construction quality inspection services include functioning as the day-to-day ownersrepresentative at the jobsite. This includes monitoring and checking construction fieldwork to verify that it meets the requirements of the project documents, drawings, andspecifications with respect to location, details of work, quality of materials andworkmanship; Assuring conformance with the contract terms and provisions (including thesafety plan, and quality control plan) and assuring that sufficient progress is beingmade to complete the project in accordance with the approved project schedule.Frequentinspection and on-site monitoring throughout the project is required to assure thatin-place construction reflects the work required by the plans, specifications andcontract documents. To accomplish this, the Inspector shall be highly qualified andknowledgeable of the content of the entire contract document package, includingGovernment contract clauses, and shall be familiar with the Government's method ofadministering contracts. The Inspector shall have the technical experience and knowledgeto review, inspect, and advise the CM/COTR on the acceptability of the contractor'sworkmanship, equipment installation, and operational performance.The area of cultural resources/historic preservation includes preparation of culturalresources management studies and reports for historically significant archeological andarchitectural properties at Lewis Field and Plum Brook Station. Work involvespreparation of documents for NASAs submission to the Ohio Historic Preservation Office,such as Section 106 reports, the Cultural Resources Management Plan update, and aProgrammatic Agreement. ************************************************************Work Package 02 (WP-02) Scope: Mission Assurance The primary customer for WP-02 is the Program and Project Assurance Division at GRC, alsoknown as Code-QE. The primary customer-estimated contract staffing level isapproximately 15 work year equivalents (WYE) per contract year for WP-02.The Offeror shall provide the necessary management, personnel, equipment, and supplies(not otherwise provided by the Government) required to provide services associated withthe planning, implementation, and assessment of the Safety, Reliability and QualityAssurance (SR&QA) program for aerospace and aeronautical systems (Technology ReadinessLevels 1-9) such as aircraft components, launch vehicles, payloads, and associated groundsupport equipment, through advanced mission study, preliminary analysis, definition,design, development, and operations. This includes assessing compliance with NASA andGRC System Safety, Reliability & Maintainability, Electrical, Electronic, andElectromechanical (EEE) Parts, Workmanship, Welding, Nondestructive Evaluation, SoftwareAssurance, Software Safety, Risk Management, Materials & Processes, and Quality Assurancepolicies, procedures, standards, and controls.The Offeror shall perform these SR&QAactivities throughout program and project lifecycles, along with Probabilistic RiskAssessments, Government-Industry Data Exchange Program (GIDEP) alert impact evaluations,Lessons Learned program implementation, Internal Audits, and Supplier Audits. TheOfferor shall evaluate the design, manufacturing, and testing of in-house and contractedspaceflight hardware and software to ensure delivery of products in accordance withfunctional, performance, and design requirements, which includes assessing the geometrictolerances, levels of accuracy, and dimensional tolerances. The contractor shall supportdesigning and implementing the GRC Procurement Quality Assurance program. The contractorshall provide AS9100 or equivalent Certified Auditor, Certified Welding Inspector (CWI),all levels of Nondestructive Evaluation (NDE), Pressure Systems, and Risk ManagementTraining personnel with the required certifications and qualifications. The contractorshall assist in GRC Business Management System continuous improvements efforts for SR&QAprocesses.The Offeror shall assure that management assessment information is provided in a timelymanner to the GRC SR&QA organization to support the decision-making process regardingopen problems, hazards, and risks pertaining to accomplishing GRC's mission. Thecontractor shall provide guidance, advice, presentations, as appropriate, to helpminimize risk and increase the probability of mission success; provide the SR&QAorganization with recommendations for corrective and preventative action in identifyingproject deficiencies; support the GRCs Corrective and Preventive Action Reporting System;interact with GRC Program/Project Office and contractors, as needed, to achieve projectgoals; effectively manage all work activities to insure actions are completed byrequested deadlines; coordinate and support on-site and off-site Technical meetings, asrequested; provide general support to conferences including: administrative support,preparation of presentations, and performing other conference support as requested; andattend weekly and monthly SR&QA meetings, safety meetings, program/project meetings, andother appropriate meetings as necessary to remain cognizance of on-going activities.*********************************************************Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/SHEMASS-2011/listing.html)
 
Record
SN02634608-W 20111208/111206234758-c6278c41eff4c8a81dcaa8c3c92f1a32 (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.