Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2014 FBO #4437
SOLICITATION NOTICE

Q -- ON-SITE ERGONOMICS SERVICES & WORKER CONDITIONING PROGRAM AT TOBYHANNA ARMY DEPOT (TYAD), TOBYHANNA PA, 18466

Notice Date
1/15/2014
 
Notice Type
Presolicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-14-R-0007
 
Response Due
1/25/2014
 
Archive Date
3/16/2014
 
Point of Contact
Stephanie Coleman, 570-615-5043
 
E-Mail Address
ACC-APG - Tobyhanna
(stephanie.m.coleman17.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for on-site nonpersonal services, at Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466. TYAD has a requirement for an on-site ergonomics services and worker conditioning program. The Ergonomics Services shall be performed by a Registered Occupational Therapist with an active State of PA License/Certification and a minimum of two years job experience in the industrial rehabilitation/ergonomics field. Training and active certification in cardiovascular pulmonary resuscitation (CPR) is required. Worker Conditioning Services shall be performed by personnel with a minimum of two years job experience in the industrial rehabilitation/ergonomics field by a Registered Occupational Therapist, Physical Therapist or Exercise Physiologist with active State of PA License/Certification. Training and active certification in cardiovascular pulmonary resuscitation (CPR) is required. Proof of contractor certification/qualification must be submitted with proposal. A total of twenty-four hours of on-site support shall be provided by the contractor at TYAD during a normal work week. Ergonomics services shall be provided during the Depot's normal duty hours from 7:30AM to 4:00PM on Monday and Tuesday of each week, excluding Federal Holidays, with allowances made for coverage of additional shifts as needed. Worker conditioning services shall be provided during the Depot's normal duty hours of 7:30AM to 4:00PM on Wednesday of each week, excluding Federal Holidays, with allowances made for coverage of additional shifts as needed. The on-site ergonomics services and worker conditioning program shall consist of performing ergonomic worksite/ task evaluations, and occupational health fitness and safety education sessions/program. The contractor will be required to visit various areas of the depot property, especially the industrial areas to conduct worksite evaluations, identify and correct ergonomics issues, monitor progress of employee participating in the series and to provide training. Work strengthening, physical conditioning and stretching program will be provided for designated TYAD employees. The contractor shall furnish all personnel, equipment, supplies and materials, except as described as government furnished, to perform the required services. TYAD will provide the contractor with an office space/treatment room, a computer, printer, telephone, desk, chair, file cabinet and office supplies. The contractor will have full use of the Depot's Mack Field House facility and equipment necessary to perform services which will remain the property of and will be maintained by Government personnel. Conference facilities will also be available to conduct employee education sessions/programs by the contractor. Also, Federal Acquisition Regulation (FAR) 52.237-7, Indemnification and Medical Liability Insurance, will apply in resultant solicitation. The contractor shall have a maximum of fourteen working days from date of award for phase-in. During this phase-in period, and within five working days of award, the contractor shall identify all the on-site personnel, provide evidence of qualifications, and a completed TYAD Form 648-C quote mark Request for Access to TYAD - Criminal History Back Ground Check. quote mark The estimated period of performance is a base period of twelve (12) months with an option to extend for two (2) additional twelve month periods and another Option to extend services for an additional six (6) months IAW FAR 52.217-8. In accordance with FAR 19.502-2(b)(1) this requirement has been designated as a 100% Small Business Set-Aside. NAICS code is 621999, Size Standard is $14.0 million. This acquisition will be pursued in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13.5 Test Program for Certain Commercial Items. Request for Proposal (RFP) W25G1V-14-R-0007 will be issued on or about January 27, 2014. Actual issue and due dates shall be as established in the solicitation. The RFP will be available for download on the FEDERAL BUSINESS OPPORTUNITIES PAGE. Vendors wishing an electronic copy may download the RFP on or after the issue date at the following internet address: https://www.fbo.gov/. At Keyword/Solicitation Number, insert quote mark W25G1V-14-R-0007 quote mark and hit SEARCH. The solicitation will be issued electronically only. No paper or disc copies will be issued. It is incumbent upon interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal. Any resultant contract shall be Firm, Fixed-Price, one (1) award. All prospective offerors must be registered in System for Award Management (SAM) prior to award of contract with any DOD agency. Point of contact is Ms. Stephanie Coleman, Contract Specialist, stephanie.m.coleman17.civ@mail.mil, (570) 615-5043. This notice does not obligate the Government to award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7153a125e6d3a370874224526beeba9a)
 
Place of Performance
Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN03268235-W 20140117/140115234202-7153a125e6d3a370874224526beeba9a (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.