Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOURCES SOUGHT

R -- ISO 9001-14001:2015 and OHSAS 18001:2007 Re-Assessment Audits, Registration, and Surveillance Audit Services

Notice Date
2/8/2018
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2-18-R-0005
 
Archive Date
3/9/2018
 
Point of Contact
Kevin Duffy, Phone: 7172678938
 
E-Mail Address
kevin.a.duffy4.civ@mail.mil
(kevin.a.duffy4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Letterkenny Contracting Office (CCAM-ALK) is issuing this Sources Sought/Request for Information as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for. The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform a combined audit for ISO 9001:2015, ISO 14001:2015, and OHSAS 18001:2007 Re-Assessment Audit, Registration, and Surveillance Audits Services as defined in the Attached PWS, except as specified in Paragraph 3.0 as Government Furnished. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541614, SUPPORT- MANAGEMENT, AUDITING : PROCESS, PHYSICAL DISTRIBUTION, AND LOGISTICS. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Contractor should not provide any pricing information. The sole purpose of this request is to locate qualified, experienced, and interested potential sources. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Business name, mailing address, email address, website address, Point of Contact (POC), telephone number 2) Business size, any socioeconomic status (i.e. HUB Zone,8(a) Veteran-Owned, Women-Owned, etc.), company Cage Code and DUNS number, type of ownership for the organization 3) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements 4) The NAICS code(s) and PSCs/FSCs your company usually performs under Government contracts 5) Past performance with government agencies. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) in order to be awarded government contracts. Submission Instructions: Interested parties who consider themselves qualified to provide the llisted services are invited to submit a response to this Sources Sought by 22 FEB 18 by 4:00 P.M.Eastern Standard Time. The response/statement of capabilities must be complete and sufficiently detailed to allow the Government to determine the contractor's qualifications. All responses under this Sources Sought must be emailed to Kevin Duffy, at kevin.a.duffy4.civ@mail.mil. If you have any questions concerning this opportunity please contact: Kevin Duffy at kevin.a.duffy4.civ@mail.mil. APPENDIX 1: Requirement(s) PERFORMANCE WORK STATEMENT (PWS) FOR Combined ISO 9001:2015, ISO 14001:2015, and OHSAS 18001:2007 Re-Assessment Audit, Registration, and Surveillance Audits Services 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform a combined audit for ISO 9001:2015, ISO 14001:2015, and OHSAS 18001:2007 Re-Assessment Audit, Registration, and Surveillance Audits Services as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The contractor shall perform to the standards in this contract. 1.2 Background: Letterkenny Army Depot (LEAD) is a Maintenance Repair and Overhaul (MRO) depot and is currently registered to the ISO 9001, ISO 14001, and OHSAS 18001 Standards and is due for the ISO 9001:2015 certification in April 2019. 1.3 Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four 12-month option years for each Re-assessment Audit, Registration, and Surveillance Audits. The Period of Performance reads as follows: 1.3.1 Base Year: 01 August 2018 to 31 July 2019 1.3.2 Option Year One: 01 August 2019 to 31 July 2020 1.3.3 Option Year Two: 01 August 2020 to 31 July 2021 1.3.4 Option Year Three: 01 August 2021 to 31 July 2022 1.3.5 Option Year Four: 01 August 2022 to 31July 2023 1.4 General Information: 1.4.1 Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.1.1 New Year's Day: January 1st 1.4.1.2 Martin Luther King, Jr.'s Birthday: Third Monday in January 1.4.1.3 President's Day: Third Monday in February 1.4.1.4 Memorial Day: Last Monday in May 1.4.1.5 Independence Day: July 4th 1.4.1.6 Labor Day: First Monday in September 1.4.1.7 Columbus Day: First Monday in October 1.4.1.8 Veteran's Day: November 11th 1.4.1.9 Thanksgiving Day: Third Thursday in November 1.4.1.10 Christmas Day: Third Thursday in December 1.4.2 Place and Performance of Services: The contractor shall have access to all facilities during the certification visit, with an escort in secure areas. LEAD's normal working hours are Monday-Friday, 0600-1530, for the first week in the pay period, and Monday-Thursday, 0600-1530, for the second week in the pay period, but the contractor shall have access to LEAD no matter the shift in order to complete the audits (except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings). The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 1.4.3 Security Requirements: Contractor and all associated sub-contractor's employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. Performance of work will require limited access to classified information or equipment. DD 254, DoD Contractor Security Classification Specification, is not required. 1.4.3.1 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.3.2 AT Level 1 Awareness Training: All contractor employees, to included subcontractor employees, requiring access to Army Installations, facilities, and controlled access areas shall complete AT Level 1 awareness training within 30 calendar days after contract start date and within 30 calendar days of new employees commencing performance. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. AT level 1 awareness training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.3.3 iWATCH Training: The contractor and all associated sub-contractors with an area of performance within an Army-controlled installation, facilities or area shall brief all employees on the local iWATCH program. This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR or contracting officer. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance. The contractor shall report completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. iWATCH training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.3.4 OPSEC Training: Per AR 530-1, Operations Security, new contractor employees and associated sub-contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. Level 1 OPSEC training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.4 Conservation of Utilities: The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.4.5 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the Contracting Officer in accordance with Federal Acquisition Regulations Subpart 42.5. The Contracting Officer, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.6 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.7 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.4.8 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2.0 Definitions and Acronyms: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes nonmanufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1 Facilities: The Government will furnish the necessary workspace for the contractor to perform the audits. The contractor will not have access to the LEAD network, copier, and fax machines. 3.2 Utilities: All utilities in the facility will be available for the contactor's use in the performance of this contract. 3.3 Personal Protective Equipment (PPE). The Government will provide the contractor eye protection and hearing protection while working on site. 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 4.2. The contractor shall provide its own computer equipment which is subject to a controlled inventory while on site. 4.3 The contractor shall provide steel-toed foot protection for its employees and ensure employees comply with requirements to wear PPE. 5.0 Requirements: The contractor shall: 5.1 Ensure, upon successful completion of the necessary audits, registration/certification of the Quality Management System of LEAD as ISO 9001:2015, ISO 14001:2015, and OHSAS 18001:2007 compliant in accordance with ANSI-ANAB accreditation requirements. 5.2 Perform a document review of LEAD's Quality System Manual (QSM) and the various Quality System Procedures (QSPs) and Environmental Management System Procedures to ensure LEAD's documented systems meets the requirements of the respective standards. 5.3 Conduct all audits to ensure there is no lapse in certification/registrations for ISO 9001:2015, ISO 14001:2015, and OHSAS 18001:2007. 5.4 Provide registration/certification/re-assessment audits and/or surveillance/maintenance audits to be conducted, as scheduled by LEAD, to maintain ISO and OHSAS registration through the end of the contract. 5.5 Coordinate with the Contracting Officer's Representative (COR) the specific schedule for each of these audits. The number of Audit Days for each audit shall meet, at a minimum, the ANSI-ANAB or RvA (whichever applies) minimum audit requirements. 5.6 Provide an Audit Plan at least 21 days prior to each audit to allow coordination with the COR to schedule dates, times, and functional areas to be audited. 5.7 Provide an audit report within 10 days after each audit is completed. 5.8 Notify, upon an initial or re-registration audit, the COR of the decision whether to register/certify or not. If the decision is to register, the contractor shall provide a registration/certification document. 5.9 Communicate all audit results during and after an audit and respond to LEAD's responses to any nonconformance. The contractor shall report its review results of nonconformities responses to the COR. 5.10 Ensure that within 30 days of completion of the audit, the assessment results are uploaded in an online database. 5.11 CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, KO, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 6.0 Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter /Page) Date of Publication Mandatory or Advisory Website ANSI-ANAB (ANSIASQ National Accreditation Board) 2017 Mandatory www.anab.org/ LEAD-R 385-1 Safety and Occupational Health Program ; LEAD-P 385-4 Requirements for Security, Safety, and Fire Prevention for Contractors Performing Work on LEAD 2017 Mandatory Copies may be obtained from LEAD Directorate of Contracting, Bldg. 2 7.0 Statement of Compliance 7.1 Each Bidder must fully complete the attached Statement of Compliance. Failure to complete the Statement of Compliance can result in a bidder not being considered for award of this project. 7.2 If the Bidder is unable to meet the required specification for any paragraph, the Bidder needs to mark "Non-comply" and the reason they are unable to comply. Alternatives to the specified requirement should be described in sufficient detail to allow the government to determine if the alternative meets the performance intent of the specification. 7.3 Indication that the Bidder complies with a listed paragraph means that the Bidder understands and intends to comply with that paragraph and its sub-paragraphs. If the Bidder feels that any paragraph in the specification is unclear or needs to be revised, this needs to be covered with the Contracting Officer and resolved prior to submitting the Statement of Compliance. Any revisions to the SOW and/or Statement of Compliance will be coordinated through the Contract Officer's representative so that all parties involved in the bidding process are notified in a timely manner. 7.4 Sub-paragraphs are included in this Statement of Compliance when the government feels that the contents of that sub-paragraph merit specific compliance certification. Omission of certain paragraph's or sub-paragraphs from this Statement does not mean that compliance with the requirement is optional. TECHNICAL EXHIBIT 1 PERFORMANCE REQUIREMENTS SUMMARY Desired Outcomes Required Service Performanc e Standard Acceptable Quality Level (AQL) Monitorin g Method Incentives/Disincentives For Meeting or Not Meeting the Performance Standards Document Review Review the QSM,QSPs and other documents for compliance with requirements Paragraph 5.2 of this PWS 100% Compliance visual Incentive: Contractor will receive payment for completion of work. Disincentive: No payment until work completed Certification assessment Audit (No Lapse) Certification and registration Paragraph 5.3 of this PWS 100% Complianc e Visual Site Visit Incentive: Contractor will receive payment for completion of work. Disincentive: No payment until audit completed. Annual Surveillance/r e-assessment Audits Surveillance Audit to determine LEADs continued compliance with the standards. Paragraph 5.4 of this PWS 100% Compliance Visual Site Visit Incentive: Contractor will receive payment for completion of work. Disincentive: No payment until audit completed. TECHNICAL EXHIBIT 2 Deliverables Schedule Deliverable Frequency Number of Copies Medium/For mat Submit To 5.6 - Audit Plan At least 21 days prior to each audit 1 Hard Copy COR 5.7 - Audit Report 10 days after completion of each audit 1 Hard Copy COR 5.10 - Database Update Within 30 days of completion of the audit N/A Electronic Submission Website TECHNICAL EXHIBIT 3 OFFEROR'S STATEMENT OF COMPLANCE Paragraph # Description Comply Non- Comply Rationale for Non- Compliance / Alternative 5.1 The contractor shall provide registration/certification IAW ANSI-ANAB accreditation requirements. 5.2. The contractor shall perform a document review to ensure continued compliance to the standards. 5.3 The contractor shall conduct audits to ensure there is no lapse in ISO and OHSAS certifications. 5.4 The contractor shall conduct reassessment and surveillance audits for ISO 9001:2015, ISO 14001:2015, and OHSAS 18001:2007. 5.5 The contractor shall coordinate the schedule with the COR and provide the necessary number of audit days to comply with ANSI-ANAB or RvA, whichever applies. 5.6 The contractor shall provide an Audit Plan at least 21 days for each type of audit. Paragraph # Description Comply Non- Comply Rationale for Non- Compliance / Alternative 5.7 The contractor shall provide an Audit Report within 10 days after each type of audit. 5.8 The contractor shall notify the COR with the decision to continue certification/registration or reasons for not recommending continued certification/registration. 5.9 The contractor shall communicate all audit results during and after audit. 5.10 The contractor shall within 30 days of audit completion upload
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53e68bc8fa955ee629084e6b3bc21d28)
 
Place of Performance
Address: One Overcash Avenue LEAD, Chambersburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN04816539-W 20180210/180208231128-53e68bc8fa955ee629084e6b3bc21d28 (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.