Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
MODIFICATION

B -- Job Hazard Analysis Assessment

Notice Date
7/31/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
189 MARINE STREET, ST AUGUSTINE, FL 32085
 
ZIP Code
32085
 
Solicitation Number
11190082
 
Response Due
8/1/2018
 
Archive Date
1/28/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 11190082 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-08-01 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The National Guard - Florida requires the following items, Meet or Exceed, to the following: LI 001: 1) Conduct an in-brief with facility Commander, Safety Officer and supervisors that will serve as an introduction period for both the facility personnel and the contractor, explain the scope tasks and objectives, deliverables, and serve as a period to conduct questions. 2) Create a detailed JHA for each shop that outlines a job description, task/equipment/material, detailed hazards and controls for each hazard. Recommended changes to administrative controls (signage, procedures) as part of the final JHA. 3)Identify any areas that may require lock out/tag out operations or procedures. Assessment and recommendations to current controls to engineering, administrative and personal protective equipment controls as well as facility emergency action plans as they relate to JHA ™s. 4) Recommended training plan for each respective JHA for both operators and supervisors. 5)Provide an assessment and recommendations of facility/shop safety boards to include detailed listings of items needed per final JHA. 6) Provide JHA ™s and assessments in both digital and paper formats. Digital copies will include at least six copies on CD of all deliverables. Paper copies will include six complete copies of each summary, JHA or other deliverable (distribution for ASO, Safety NCO, Commander, LMO, and JHA for each respective shops and one for SSO). Digital copies must be in Microsoft Office 7 comparable format. 7) Conduct an out-briefing with first line supervisors and safety officer reviewing all deliverables to ensure all personnel understand the JHA provided as well as answer any questions concerning the JHA ™s and deliverables. 8) ALL DELIVERABLES ARE DUE WITHIN 90 DAYS ARO, 1, JOB; LI 002: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the FLARNG via a secure data collection site., 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Florida intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Florida is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any DOD buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award i.e. proof of certifications. PLEASE NOTE THAT DELIVERABLES ARE LISTED IN PWS. BIDDER MUST START WORK WITHIN 30 DAYS AND THOSE DELIVERABLES ARE DUE TO REQUIRING ACTIVITY NLT 90 AFTER START DATE. Award Evaluation will be made using tradeoff as per FAR 15.3 with TECHNICAL CAPABILITY AND PRICE BEING EQUAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52608dbb698d94ede04585a76b54f4bd)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05013995-W 20180802/180731231152-52608dbb698d94ede04585a76b54f4bd (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.