Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2003 FBO #0623
SOLICITATION NOTICE

Q -- Provide Medical Advise and Review Corps of Engineers Occupational Health Program for HQUSACE

Notice Date
8/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Humphreys Engineer Center Support Activity - Civil, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
DACW72-03-T-0022
 
Response Due
8/27/2003
 
Archive Date
10/26/2003
 
Point of Contact
florence ramsey, 703-428-6421
 
E-Mail Address
US Army Humphreys Engineer Center Support Activity - Civil
(florence.e.ramsey@USACE.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The solicitation number is DACW72-03-T-0022. NAICS CODE is 621111 Size standard is $8.5 million. Incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2001-15. FAR provision 52.212-1 and 52.212-2 applies to this a cquisition. Offer shall be evaluated for fair and reasonable price, technical acceptability, adherence to applicable clauses, provisions, and satisfactory past performance record. Additional applicable FAR and DFAR clauses: 52.212-4, 52.212-5, 52.222-26, 52.222-35, 52.232-33, 252.225-7001. Offeror shall include a complete copy of the provision at 52.212-3, Offerors Representations and Certification-Commercial items, with their quote. Reps & Certs are located at http://farsite.hill.af.mil. Submit quote to the attention of Flo Ramsey CEHEC-CT, fax 703-428-8181 or email florence.e.ramsey@usace.army.mil. DESCRIPTION/SPECS/WORK STATEMENT C.1 TITLE Medical Advice and Review of the Corps of Engineers Occupational Health Program. C.2 GENERAL REQUIREMENTS. The contractor will provide a qualified Occupational Health Physician to serve as Medical Advisor to the Chief of Engineers, and to evaluate Division/District Occupational Health Programs. Recommendations shall be made for improving the programs. The contractor will also provide an Industrial Hygienist to assist the physician. C.3. SCOPE OF WORK. C.3.1. Consultation: The contractor shall provide a licensed medical physician, who is Board certified or is considered to be Board eligible by the American Board of Preventive Medicine in occupational or aerospace medicine and has at least three years of experience in occupational medicine, for an average of thirty-three (33) hours per month. The contractor shall also be required to provide the services of Industrial Hygienist, certified by the American Board of Industrial Hygiene, to assist the physicia n for an average of 12.5 hours per month. Hours stated are estimated requirements. The contractor will be paid for actual hours expended not to exceed 396 for the physician and 150 for the industrial hygienist for a period of one year without prior appro val from the contracting officer. C.3.1.1 The physician shall be available for consultation by telephone, fax, or electronically to provide quick response to occupational medical questions including medical screening questionnaires. C.3.1.2 The physician shall review proposed Corps Occupational Safety and Health publications to assure they are consistent with current accepted medical practice in Occupational Health and to assure that they comply with the Occupational Safety and Healt h Act. Any discrepancies will be reported to the Industrial Hygiene Program Manager, Safety and Occupational Health, (CESO-I). C.3.1.3 The Certified Industrial Hygienist shall assist the Occupational Health Physician by consultation and field assistance visits as requested by the physician, with regard to industrial Hygiene (recognition, evaluation, and control of chemical, physical agent and biological stressors in the workplace) impacts upon the Occupational Health Program. C.3.2 Program Evaluation In addition to the services provided in Paragraph C.3.1, the contractor will provided the services of the same physician for four (4) on-site reviews of Division/District Occupational Health Programs and consultation with program management person nel in accordance with Public Law 91-596, Public Law 79-658, 29 CFR Part 1910 and 1960, Executive Order 12196, CFR Part 1904.5 AR 40-5 and ER 385-1-40. Each review will be four (4) days duration, including travel time. They will e ntail a complete evaluation, the physician shall provide recommendations to the Division/District Safety Office and Personnel Office. Contraction Officer Representative (COR) will designate the specific locations to be evaluated. For the purposes of bidd ing this RFP, the four locations are Jacksonville Florida, Kansas City Missouri, Sacramento California, and Louisville, Kentucky. C.3.3 Orientation Visit: The contractor’s occupational health physician and industrial hygienist will be required to attend a three (3) hour meeting at the Office of the Chief of Engineers. Washington, DC to discuss the Corps Occupational Health Pro gram within two weeks award of this contract. C.4 PAYMENT OF CONTRACTOR. Payment of the contractor will be made on a monthly basis based on the submission of the Contractor’s invoice. C.5. REPORTS AND DOCUMENTATION. C.5.5 All telephone consultations will be recorded and forwarded to CESO-I within five (5) working days of the consultation. C.5.2 A written report of evaluation (Paragraph C.3.2.) findings and recommendations will be submitted to CESO-I within fifteen (15) days after completion of the evaluation. C.5.3 The contractor will provide CESO-I quarterly reports giving the number of hours of consultation services utilized that quarter within 10 days following the end of each Fiscal Year quarter. Fiscal Year is Oct 1 thru 30 Sept. Evaluation Criteria For Medical Advice and Review of the Corps of Engineers Occupational Health Program August 11, 2003 Award will be made on the basis of the best value to the Government; Offerers are urged to ensure that their proposals are submitted on the most favorable terms in order to order To reflect their best possible potential. The Government intends to make an award without discussions based upon initial proposals received but reserves the right o conduct discussion if determined to be necessary. The technical proposal shall describe the capability of the offerer’s organization to perform the work in accordance with the contract requirements. The proposal shall be specific and complete in every detail and shall contain the information necessa ry to evaluate the offeror’s proposal in the areas listed in the SOW~ Offeror’s technical evaluation factors are listed below in descending order of importance. A. CONTRACT TECHNICAL APPROACH SUBFACTOR 1: Knowledge and experience in applying Federal and Department of Army Occupational Health Regulations. A clear understanding of all technical features involved in performing the tasks identified in the overall contract Statement of Work and of what regulations are applicable for those tasks. SUBFACTOR 2: Knowledge of Corps of Engineer’s operations and command structure. The ability to work within the Corps of Engineers’ operations and command structure to provide the tasks and services identified in the overall contract of Statement of Work. This include a knowledge of typical Corps of Engineers activities such as c onstruction, environmental restoration/clean-up, civil work functions, civilian deployments in support of the military, and support to the national Planning and Response Teams (PRT’s). The medical advisor should have a general knowledge of the common occupational exposures and illnesses related to construction activities and the methods to prevent/treat those exposures and illness. Some examples are: health effects of exposure to vibrat ions, high noise levels, extreme temperatures, welding fumes, electrical hazards, etc. SUBFACTOR 3: Documented expertise and experience of personnel available to the contractor. Documentation of all required certifications, licenses, etc (i.e. Licensed Medical Physician, Certified Industrial Hygienist, etc.). Include documentation of personnel experience in providing similar services to those identified in the overall Statement of Work. B. CONTRACT MANAGEMENT SUBFACTOR 1: Overall Organization of Personnel Ability of overall personnel plans/structure to provide a reasonable number of personnel, with sufficient training, to provide all the tasks and services identified in the overall Statement of Work. Availability to provide consultation services by efficie nt methods of communications (i.e. fax, telephone, electronic) on daily basis and in a timely manner. SUBFACTOR 2: Records and Reports Identification and effective administration of all records and reports should be demonstrated. Examples of such records and reports include: consultation reports (phone, fax, electronic), written reports, quarterly reports of the number of consultation s ervices provided and medical screening questionnaires. C. CONTRACT PAST PERFORMANCE - MANDATORY SUBFACTOR 1: Documented expertise and experience of personnel available to the Contractor. The offerer’s shall submit detailed information as to the offerer’s prior experience in this or similar work. All pertinent experience should included to include familiarity described in the SOW. However, as a minimum, list of relevant project s, current or completed within the past five years that best demonstrate your experience with this typed of work must be provided. Include dates, location, type of contract, dollar value, and description of the work, and references. Reference information should include the name, address, fax number and telephone number of the Contracting Officer or other contract administrator. References should also be provided for any anticipated subcontractors to be used. Evaluation emphasis will be placed on the fol lowing: SUBFACTOR 1: Documented expertise and experience of personnel available to the Contractor. The offeror’s shall submit detailed information as the offeror’s prior experience in this or similar work. All pertinent experience should include familiarity with the tasks and services described in the SOW. However, as a minimum, a list of re levant projects, current and completed, with in the past five yeas that best demonstrate your experience with this type of work must be provided. Include dates, location, type of contract, dollar value, and description of the work and references. Referen ce information should include the name, address, fax number, and telephone number of the Contracting Officer or other contract administrator. References should also be provided for any anticipated subcontractor to be used. SUBFACTOR 2: Documented experience of personnel in providing similar services. Contractor must provide licensed medical physician, who is Board certified or is considered Board eligible and have 3 years experience. Contractor must provide licensed Hygienist, certified by the American Board of Industrial Hygiene. 4. COST/PRICE Cost/price proposals will be evaluated for reasonablness and to determine the best overall value to the Government. This factor shall be judge on the degree to which, the proposed cost/price elements are reasonable and consistent with the work to be perfo rmed. Excessively high or low cost/price may be deemed to indicate a lack or understanding of the work. Clin Structure as follows: 0001 Services of a Qualified Health Physician 396 hours _____________ 0002 Certified Industrial Hygienist to assist Health Physician 150 hours _____________ 0003 Program Evaluation of four (4) Division/Drist Occupational Health Program 1 each ___________ 0004 Orientation Visit (Physician and Industrialist Hygienist) at office, Chief of Engineer's, Washington D.C. 1 each_________ 0005 Travel to be paid in accordance with the Joint Travel Regulation (JRT) 1 lot _________
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA72/DACW72-03-T-0022/listing.html)
 
Place of Performance
Address: US Army Humphreys Engineer Center Support Activity - Civil ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
Country: US
 
Record
SN00399188-F 20030814/030812223055 (fbodaily.com)
 
Source
FedBizOpps.gov 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.