SOLICITATION NOTICE
R -- Occupational Safety and Health Consultation - Statement of Work
- Notice Date
- 4/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- PSC32798
- Archive Date
- 4/23/2010
- Point of Contact
- Cassandra Ellis, Phone: 3014434919
- E-Mail Address
-
Cassandra.Ellis@psc.hhs.gov
(Cassandra.Ellis@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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 being requested and a written solicitation will not be issued. The solicitation number is PSC32798 and it is issued as request for proposal (RFP). Please view attachments This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The corresponding NAICS code is 541620 and the small business size standard is $7 million. Description the Service The Public Health Program Analyst (PHPA) shall be responsible for, but not limited to, the following: 畢ead the objective setting, strategy selection, action plan development and priority setting process for WTCMMTP; 肘dentifies and analyses issues and their impact on public health policies; 肘ntegrate program and science, budget, and performance for the WTCMMTP痴 Action Plans; 匹ommunicate, collaborate, and interact with CDC and NIOSH Senior management, Department officials, external partners and the public on behalf of the Office of the Director; 謬he PHPA will undertake reviews of the occupational scientific status of plans, project and programs related to other agencies, labor and industries; 匹onduct a ten year retrospective review of the EEOICPA and NIOSH痴 performance. The review will include: (a) The quality of science practiced in the program; (b) The timeliness of the accomplishment of program tasks; (c) The uniformity of decisions to compensate workers without dose reconstructions and (d) The uniformity of decisions related to individual dose reconstructions; 謬he PHPA will serve as the author and coauthor and will be responsible for the collection and analysis of data related to the review question; 柊fter review of data, the PHPA will draw conclusions on ways in which the program can be improved; 姫roject planning will involve literature search, attendance at professional meetings, and collaboration with other scientists and researchers in the field of information gathering purposes; 髭stimated hours for this project for the 12 month period is 600 hours with estimated travel costs of $15,750; 逼IOSH will provide an office space located at 395 E Street, SW, Suite 9200, Washington, DC; 謬he core hours will be from 6:00am to 6:00pm, Monday through Friday; Period of Performance The period of performance is a based period of 12 months. Base Period: April 23, 2010 through April 22, 2011 Place of Performance The place of performance for this contract is: National Institute for Occupational Safety and Health 395 E Street, SW Suite 9200 Washington, DC 20201 The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforms to the exact PHPA services listed above and is the lowest price. Interested firms may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent to award is not a request for competitive proposals. However, all proposals received by the closing date, April 22, 2010, will be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor佑ooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.); (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). This acquisition is conducted under the authority of 41 U.S.C. 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. Lewis V. Wade, PhD 10105 Baylor痴 Farm Drive Fredericksburg, VA 22407 Interest offerors must submit capability statement and/or proposal NO LATER THAN 12:00 PM EASTERN TIME APRIL 22, 2010 VIA electronic copy to Cassandra.Ellis@psc.hhs.gov. Each response should include the following Business Information: a.DUNS; b.Company Name; c.Company Address; d.Current GSA Schedules appropriate to this Award, If applicable; e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system; f.Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp; g.Company Point of Contact, Phone and Email address. Please contact Cassandra Ellis, Contract Specialist, 301.443.4919, regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC32798/listing.html)
- Place of Performance
- Address: National Institute for Occupational Safety and Health, 395 E Street, SW, Suite 9200, Washington, District of Columbia, 20201, United States
- Zip Code: 20201
- Record
- SN02114959-W 20100409/100407234925-dd4048119f6f327da803969b4c1330ae (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 |