Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOURCES SOUGHT

R -- Operational and Managerial Support Services - RFI

Notice Date
5/4/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
1638-DAO-17-NAT-0037
 
Archive Date
6/15/2017
 
Point of Contact
Jeremy B. Keator, Phone: 2026934579
 
E-Mail Address
keator.jeremy.b@dol.gov
(keator.jeremy.b@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) U.S. Department of Labor, Office of Workers' Compensation Programs (OWCP) Table of Contents Background 1 Disclaimer 1 Introduction and Purpose of the RFI 1 Scope of Work 2 Description of Information Requested 2 How to Respond 3 Contacts 4 Synopsis The United States Department of Labor (DOL) Office of Workers' Compensation Programs (OWCP) is conducting market research to identify potential offerors capable of providing operational and managerial support services. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources in the market to provide OWCP with operational and managerial support services. The North American Industry Classification System (NAICS) code for this request is 541611/541690/541990. The small business size is $7 million. Background The Office of Workers' Compensation Programs is conducting market research on industry capability to provide operational and managerial support for each of the Division of Energy Employees Occupational Illness Compensation's (DEEOIC) 11 stationary Resource Centers located nationwide. Disclaimer This Request for Information (RFI) is issued solely for information and does not constitute a solicitation. In accordance with the FAR 15.201(e), RFI's may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with this RFI response. For the purposes of this RFI, the term "vendor" refers to those members of the industry providing a response to this RFI. Payment will not be provided for information obtained in this RFI, nor will it be returned. Respondents will not be notified of the RFI assessment. Introduction and Purpose of the RFI Public Law 106-398, the Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA), established a program to compensate nuclear weapons program workers who suffered adverse effects from exposure to beryllium, ionizing radiation, and other hazards in the course of their nuclear weapons program-related work. The Fiscal Year 2005 National Defense Authorization Act, signed by President Bush on October 28, 2004, amended the EEOICPA by creating a new system of federal compensation called Part E. Part E affords coverage to U.S. Department of Energy contractors and subcontractors and certain individuals potentially covered by the Radiation Exposure Compensation Act for exposures to an array of toxic substances and chemicals. Since many EEOICPA claimants are expected to be elderly, in poor health, or survivors of deceased nuclear weapons program workers, the U.S. Department of Labor, Office of Workers' Compensation Programs' DEEOIC, which administers the EEOICPA, established 11 stationary Resource Centers nationwide to relieve potential and existing EEOICPA claimants of as much of the initial burden to submitting EEOICPA claims as possible. DEEOIC's 11 Resource Centers are located in the following cities and states where potential EEOICPA claimants are expected to be concentrated: Dublin, California; Westminster, Colorado; Espanola, New Mexico; Richland, Washington; Idaho Falls, Idaho; Las Vegas, Nevada; Amherst, New York; Oak Ridge, Tennessee; Paducah, Kentucky; Portsmouth, Ohio; and North Augusta, South Carolina. The Government is responsible for procuring Resource Center office space through the U.S. General Services Administration. Resource Center office locations may only change if required by the Government. The purpose of this RFI is to gather information that will assist DEEOIC in evaluating vendor capability to provide operational and managerial support for each of its 11 stationary Resource Centers located nationwide. Operational and managerial support includes all personnel, equipment, supplies, transportation, tools, materials, supervision, and other non-personal services and items necessary to perform the services outlined in the scope of work. This notification is a request for information from industry vendors regarding their interest, capabilities, and recommendations in developing proposals for operational and managerial support for DEEOIC's 11 Resource Centers located nationwide. This RFI will help the Office of Workers' Compensation Programs' DEEOIC assess whether the marketplace has vendors capable of supplying the required services and whether the vendor is capable of providing trained, professionally-certified and qualified staff to manage these services in the 11 locations stated above per the scope of work. This RFI does not obligate the Office of Workers' Compensation Programs' DEEOIC to contract out these services and is intended solely for the purpose of gathering information. Scope of Work See attached Summary Requirements. Description of Information Requested The Office of Workers' Compensation Programs' DEEOIC is requesting information from vendors regarding industry best-practice and vendor capabilities to provide operational and managerial support for 11 stationary Resource Centers located in Dublin, California; Westminster, Colorado; Espanola, New Mexico; Richland, Washington; Idaho Falls, Idaho; Las Vegas, Nevada; Amherst, New York; Oak Ridge, Tennessee; Paducah, Kentucky; Portsmouth, Ohio; and North Augusta, South Carolina. 1. Provide company information including: a. Company name and address b. Size of company (number of personnel, total revenue, ownership, parent corporation, etc.) c. Point(s) of contact including name, phone number, address, and email; length of time in business d. Geographic presence e. Core set of services f. GSA Schedule if applicable 2. Describe your current capabilities to provide operational and managerial support for the 11 stationary Resource Centers located in Dublin, California; Westminster, Colorado; Espanola, New Mexico; Richland, Washington; Idaho Falls, Idaho; Las Vegas, Nevada; Amherst, New York; Oak Ridge, Tennessee; Paducah, Kentucky; Portsmouth, Ohio; and North Augusta, South Carolina. The Government is responsible for procuring Resource Center office space through the U.S. General Services Administration. Resource Center office locations may only change if required by the Government. 3. Describe your experience providing the services listed in the Summary Requirements document. 4. Describe your experience managing centers and/or offices of this size and scope and your experience providing state or federal worker compensation program assistance. 5. Describe your plan for assuring that your staff will have the knowledge and experience in assisting workers' compensation program claimants establish relationships between their illness and employment at the onset of the new contract period. Answers should demonstrate familiarity with current and historical operations performed at Department of Energy (DOE) sites and uranium mines and mills including an understanding of DOE processes and what types of toxic substances were potentially present at a DOE site and uranium mine and mill. 6. Identify conditions or issues requested in the RFI that cannot be met or may interfere with the objective of this project. 7. Provide information on industry-standard performance measures and service-level agreements. 8. Provide any other pertinent information that will assist us in this assessment. 9. How to Respond Responses to this RFI must be no more than 5 letter sized (8.5 x 11) pages in length using the standard margins and font. Responses that send sales material will not be assessed. All responses must clearly and directly address vendor capabilities for and experience in providing operational and managerial support services for offices similar to the scope and functionality anticipated for the OWCP. Responses consisting of marketing material will not be reviewed. Questions regarding this RFI must be forwarded to Jeremy B. Keator via e-mail at Keator.Jeremy.B@dol.gov no later than May 11, 2017, 5:00 PM Eastern Standard Time (EST). Telephone inquiries will not be accepted. Responses to questions will be posted in an amendment to the RFI. All responses are to be submitted electronically to the DOL contract specialist provided below in Microsoft Word format by 5:00 PM Eastern Standard Time (EST) on May 31, 2017. Hard copy responses will not be accepted. Send the email responses to: Keator.Jeremy.B@dol.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/1638-DAO-17-NAT-0037 /listing.html)
 
Record
SN04495717-W 20170506/170504234840-49e04485990a43109be26267342b1b79 (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.