Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
SOURCES SOUGHT

R -- Industrial Hygiene Program Services

Notice Date
1/30/2014
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914RZ023
 
Response Due
2/3/2014
 
Archive Date
2/4/2014
 
Point of Contact
Laura Mattiford, laura.mattiford@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice to determine the availability of potential small business sources capable of providing industrial hygiene support services for Navy and Marine Corps commands/activities in direct support of the Bureau of Medicine and Surgery ™s (BUMED) comprehensive Industrial Hygiene (IH) program. THE DESCRIPTIVE INFORMATION CONTAINED IN THIS SOURCES SOUGHT REFLECTS CURRENT KNOWLEDGE AS OF THIS PRINTING. THESE FACTS MAY BE UPDATED OR REVISED IN THE ACTUAL REQUEST FOR PROPOSALS, WHEN ISSUED. As required per OPNAVINST 5100.23G, the BUMED IH Department is responsible for providing comprehensive IH program services for all Navy commands/activities. These services include: conducting periodic IH surveys; identification, measurement, and assessment of workplace environmental stressors; recommending effective control measures to eliminate hazardous exposures; monitoring of potentially health-hazardous stressors to ensure that control measures are effective; providing technical guidance and advice to serviced Commands in the IH related aspects of their Occupational Safety and Health Programs; following up on occupational illnesses and injuries involving exposures to health hazardous stressors;; and providing IH related support only to serviced commands in matters of environmental health and pollution control. The following Contractor tasks are included in the support of the IH requirement: Schedule, conduct and document Industrial Hygiene surveys for the commands/activities/assigned shops, including periodic surveys, follow-up surveys, workplace monitoring & ventilation surveys, and exposure monitoring surveys Collect and label all IH analytical samples, prepare and maintain all samples, prepare and complete all sampling results reports. Conduct exposure claim investigations and occupational illness investigations Investigate employee reports of unsafe or unhealthy working conditions Conduct workplace assessments of commands/activities Review hazardous materials and provide technical expertise in regards to Asbestos Program, Respiratory Protection Program, Lead Awareness Program, and Ergonomic Program Perform annual certification of audiometric testing booths Input and update collected data, shop codes, and equipment listings into DOEHRS The contractor will be responsible for providing these services to all of the Navy shore activities which cover a variety of environments including but not limited to Medical/Dental Activities, Navy Shipyards, and Aircraft Maintenance Facilities. A cost Plus Fixed Fee (CPFF) indefinite delivery indefinite quantity (IDIQ) non-personal services contract(s) is anticipated that will consist of a one year base period and two, one year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 541690 and the size standard is $14 million. Offerors possessing the requisite skills, resources and capabilities (including an approved accounting system) necessary to perform the stated requirement are invited to respond to this source sought notice via the submission of an executive summary, no more than five (5) pages in length. Responses must use twelve point Times New Roman font. The submission should include the following information: 1) company name, address, and point of contact with corresponding phone number and e-mail address 2) DUNS number, business size and classification 3) relevant corporate experience information. Relevant corporate experience information is defined as experience (within the past five years) that is of the same or similar services to that which is described herein and a technical description of ability to meet the requirement (2 references). The corporate experience should include the applicable contract number, total number of FTE, contract period of performance, a brief description of the services provided AND the relevancy of the services to the proposed IH requirement. A customer point of contact with corresponding telephone number and e-mail address should also be included. A brief description of the capability and resources should accompany the references and address technical competencies, organizational experience relative to the key task areas, and provide a statement regarding the accounting system. Standard brochures and/or paraphrasing of the Source Sought Notice will not be considered sufficient to demonstrate the capabilities of an interested party. All submissions are required to be submitted via e-mail to laura.mattiford@navy.mil no later than 1:00pm (local time/Philadelphia, PA) on 3 February 2014. Please direct any questions concerning this Sources Sought Notice to Laura Mattiford at laura.mattiford@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914RZ023/listing.html)
 
Record
SN03277892-W 20140201/140130235028-4f13077cdcd36a3ca12452f673200a51 (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.