Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2017 FBO #5636
SOLICITATION NOTICE

B -- Evaluation of Masonry Workers' Spine Biomechanics and Postural Stability

Notice Date
4/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, West Virginia, 26505
 
ZIP Code
26505
 
Solicitation Number
00hccjc-2017-05890
 
Archive Date
6/12/2017
 
Point of Contact
Rebecca S Mullenax, Phone: 304-285-5880
 
E-Mail Address
rmullenax@cdc.gov
(rmullenax@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for an expert in the field of construction safety with a focus on spine biomechanics and stability analysis for the Morgantown, WV, NIOSH Facility prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is 00HCCJC-2017-05890 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable: CLIN 0001: Title of Project: Evaluation of masonry workers' spine biomechanics and postural stability while working on a simulated mast climbing work platform (MCWP) Work in accordance with the Statement of Work Period of Performance: 15 months to start around June 1, 2017. STATEMENT OF WORK Evaluation of masonry workers' spine biomechanics and postural stability while working on a simulated mast climbing work platform (MCWP) Background: Mast climbing work platforms (MCWPs) are an emerging technology. Robust and inclusive studies of the hazards involved with this type of elevating equipment are generally non-existent, and many of the hazards attendant on this type of equipment are identified based on private communications among safety specialists, industrial manufacturers, and renters and users of MCWPs. To reduce the likelihood of injury and improve productivity, a MCWP intervention often referred to as a "production table", was proposed by one of the major manufacturers. With the use of a production table the configuration of MCWP will be changed: the step deck will be removed which will help reduce the chance of tripping and falling. At the same time adding a production table will enable workers to better organize construction materials on the MCWP at or above a worker's waist height. This should improve productivity and postural stability while reducing back strain by reducing the need to bend and twist to reach building materials previously located on the work platform at the worker's feet. NIOSH is seeking an expert in the field of construction safety (with a primary focus on spine biomechanics and stability analysis) to: a) analyze a dataset to be provided by NIOSH that includes spine biomechanics and postural stability data collected from 30 masonry workers while each performed brick laying tasks using a MCWP with, and without, a production table; and, b) draft a summary report covering all required data analysis tasks in the area of spine biomechanics and postural stability analysis research. NIOSH will provide the full dataset, the background knowledge used to develop the experimental design, test apparatus, and data collection procedures. A successful vendor should have a Vicon motion capture system available for data analysis. If one is not available, the prospective vendor will need to travel to NIOSH Morgantown to use the government's Vicon motion capture system to process the assigned dataset and complete the required analyses. If the vendor does intent to use the NIOSH Vicon system for data analysis, access to the NIOSH facility will be contingent upon the vendor's passing a security background check. Task components: The contract includes the following task components: 1. Data preparation of dataset*: a) perform post-capture analysis of three-dimensional marker data from Vicon motion capture system and b) integrate and synchronize ground reaction forces and moment data from the Bertec force plate. *Note: the final dataset will contain approximately 30 construction workers' performance data. 2. Data analysis requirements: a) masonry workers' spine motion and stability data while performing tasks on MCWP with and without the production table will be fully analyzed; b) derive center of pressure (COP) related variables from the data set including: COP total excursion, mean COP sway velocity, and COP sway area; c) perform motion analysis from joints including pelvis, lumbar spine, and trunk; and, d) Motion coordination between two or more joints will be presented using continuous relative phase analysis. 3. A written report on the findings of human motion data from masonry workers will be prepared. The report should contain a summary of results from the spine biomechanics and postural stability analysis followed by a complete discussion of the results. 4. The report should be completed 60 days prior to end of contract for NIOSH review and comment. NIOSH will provide comments within 30 days. Final Report due back to NIOSH within 30 days once comments are received. 5. All tasks shall be completed within 15 months from the effective date of the contract. NIOSH shall have full and exclusive rights to any portion of this work not part of a preexisting copyrighted product. NIOSH shall have rights to distribution of the findings and analyses. NIOSH assumes full and exclusive rights to publication and presentation of this work. The payment for the task order will be remitted upon final receipt of all deliverables. IT Security Statements: IT Contractor performance and resulting deliverables must adhere to all federal, HHS, and/or CDC IT security policies and procedures. 5.32 Federal Employees and Contractors The responsibilities of the Department's users and contractors operating on behalf of the Department include, but are not limited to: 5.32.1 Complying with the Department's policies, standards, and procedures; 5.32.2 Possessing awareness that they are not acting in an official capacity when using Department IT resources for non-governmental purposes; 5.32.3 Familiarizing themselves with any special requirements for accessing, protecting, and using data, including Privacy Act data, copyright data, and procurement-sensitive information; 5.32.4 Reporting any suspected or actual computer security incidents, including the loss of control of PII and PHI, immediately to the OPDIV CSIRT; 5.32.5 Seeking guidance from supervisors when in doubt about implementing this document; 5.32.6 Ensuring that all media containing Department data is appropriately marked and labeled to indicate the sensitivity of the data; 5.32.7 Abstaining from loading unapproved software from unauthorized sources[1] on Department systems or networks; 5.32.8 Ensuring that sensitive information is not stored on laptop computers or other portable devices unless the data is secured using encryption standards commensurate with the sensitivity level of the data; 5.32.9 Reading, acknowledging, signing, and complying with the HHS RoB, as well as any OPDIV- and system-specific RoB, before gaining access to the Department's systems and networks; 5.32.10 Completing required privacy and security awareness training; 5.32.11 Implementing specified security and privacy safeguards to prevent fraud, waste, or abuse of the systems, networks, and data they are authorized to use; 5.32.12 Conforming to security policies and procedures that minimize the risk to the Department's systems, networks, and data from malicious software and intrusions; 5.32.13 Agreeing not to disable, remove, install with intent to bypass, or otherwise alter security or administrative settings designed to protect Department IT resources; 5.32.14 Ensuring that adequate protection is maintained on their workstation, including not sharing passwords with any other person, and logging out, locking, or enabling a password-protected screen saver before leaving their workstation; and 5.32.15 Notifying the OPDIV CISO or OPDIV CSIRT of actual or suspected computer-security incidents, including PII and PHI breaches. Policy/Requirements Traceability: HHS RoB; and NIST SP 800-37 Rev. 1 6.2 Statutes • Federal Information Security Management Act of 2002 (Pub. L. No. 107-347, Title III) 6.3.1 HHS Policy • HHS-OCIO-2009-0002.001S, HHS Standard for Encryption Language in HHS Contracts, dated January 30, 2009 HHS Minimum Security Configuration Standards for Departmental Operating Systems and Applications, dated August 4, 2009 Selection Criteria: Each proposal will be evaluated for technical merit using the criteria below. Technical merit will outweigh total costs; although, total cost is an important factor. The evaluation criteria are: 1. (50%) Demonstrated experience using a Vicon motion tracking system to collect and analyze biomechanics data. 2. (20%) Demonstrated experience using a force plate system to measure variable foot pressures and calculate postural stability measures such as COP and/or related variables from a similar dataset including: COP total excursion, mean COP sway velocity, and COP sway area. 3. (20%) The offeror should provide a written action plan to demonstrate his/her understanding of the tasks and their ability to accomplish each. 4. (10%) Publication history in peer-reviewed journals (e.g., a curriculum vitae should be attached with the action plan). The quote format is at the discretion of the offeror. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-66 (February 28, 2013). This acquisition is under North American Industry Classification System (NAICS) code 541990. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 866-606-8220" src="data:image/png;base64,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" alt="" />. Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov. No telephonic quotes will be processed. All responses must be received no later than 11:59 P.M., Eastern Standard Time on May 12, 2017. Please send any questions and quotes to Rebecca Mullenax at rmullenax@cdc.gov. The lowest priced technically acceptable bid will be chosen.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/MNIOSH/00hccjc-2017-05890/listing.html)
 
Record
SN04488810-W 20170429/170427235649-857a92fc9ee73f1d6d3fd46d15213656 (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.