Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

D -- Environmental and Safety (E&S) Web Based Management System for the Navy Public Works Center (PWC) Washington, DC.

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-04-Q-1497
 
Response Due
3/1/2004
 
Archive Date
3/16/2004
 
Point of Contact
Michael Capilato, Contract Negotiator, Phone 215-697-9647, Fax 215-697-5418, - Rocco Siravo, Contracting Officer, Phone 215-697-9640, Fax 215-697-5418,
 
E-Mail Address
michael.capilato@navy.mil, rocco.siravo@navy.mil
 
Description
FISC Norfolk Detachment Philadelphia intends to procure Environmental and Safety (E&S) Web-Based Management System Services for the Navy Public Works Center (PWC) Washington, DC. The services will include the following: employee training record updates, job hazard analysis training and tracking, mishap reporting, unsafe workplace reporting and medical surveillance. Request for Quotation (RFQ) N00140-04-Q-1497 contemplates a firm fixed price contract with a base period of performance of 01 April 2004 or date of award, whichever is later, through 30 September 2004 plus four (4) additional twelve (12) month options. This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures. This is a 100% Total Small Business Set-Aside. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS Code is 541511. It is requested that qualified sources are capable of providing the following Contract Line Item Numbers (CLINs): Base Period (01 April or date of award, whichever is later – 30 September 2004) - CLIN 0001 – Services in accordance with the statement of work (includes breakdown of all costs, including labor, ODCs, travel, etc.); CLIN 0002 – Reports in accordance with the statement of work (NOT SEPARATELY PRICED); Option I (01 October 2004 – 30 September 2005) - CLIN 0003 – Services in accordance with the statement of work (includes breakdown of all costs, including labor, ODCs, travel, etc.); CLIN 0004 – Reports in accordance with the statement of work (NOT SEPARATELY PRICED); Option II (01 October 2005 – 30 September 2006) - CLIN 0005 – Services in accordance with the statement of work (includes breakdown of all costs, including labor, ODCs, travel, etc.); CLIN 0006 – Reports in accordance with the statement of work (NOT SEPARATELY PRICED); Option III (01 October 2006 – 30 September 2007) - CLIN 0007 – Services in accordance with the statement of work (includes breakdown of all costs, including labor, ODCs, travel, etc.); CLIN 0008 – Reports in accordance with the statement of work (NOT SEPARATELY PRICED); Option IV (01 October 2007 – 30 September 2008) - CLIN 0009 – Services in accordance with the statement of work (includes breakdown of all costs, including labor, ODCs, travel, etc.); CLIN 0010 – Reports in accordance with the statement of work (NOT SEPARATELY PRICED); The Statement of Work is as follows: PWC WASHINGTON requires a web-based application to manage E & S compliance with the Occupational Safety and Health Administration (OSHA) and the Environmental Protection Agency (EPA) federal requirements. The web-based system must aid PWC WASHINGTON in meeting requirements outlined in OPNAV Instruction 5100.23 series. The system must be integrated with the application / system Naval District Washington is using. The application shall include employee training record update, job hazard analysis training and tracking, mishap reporting, unsafe workplace reporting and medical surveillance. Additional requirements include the ability to prepare reports to PWC WASHINGTON and supported customers for the quarterly OSH Quality Council meeting. Custom reports may be requested as needed by PWC WASHINGTON. Contractor shall be available for telephone support to assist and answer questions from any PWC WASHINGTON user. Contractor is the recipient of all training e-mails from users requesting assistance with the web-based training. The web-based application will maintain records for 1000 or more individual users and be expandable. Historical information will be added as needed. The tasks required by the Contractor are as follows: 1. Contractor shall provide full time management of the entire Web Based System including programming, monitoring and updating as required to fully operate the system to meet the OPNAVINST 5100.23 series. Also, the Contractor will provide phone support to help customers with questions and trouble shooting during normal business hours. Contractor must meet all Navy Security Requirements for the official Navy Web Site; 2. Contractor shall provide Mishap Reporting Module to include the Safety Incident Report (SIR), Property Damage, and Near Miss Mishap reporting online to include mishap reports generated by supervisor, e-mail notification to the Safety Office and reporting to the Navy Safety Center as required, provide in this module Root Cause Analysis section; 3. Contractor shall provide Government Motor Vehicle Mishap Reporting online that send e-mail notification to the PWC WASHINGTON Safety Office; 4. Contractor shall provide Supervisors Area Module which includes, posting monthly safety talks, HAZ-COM training, ergonomic assessment information, personal protective equipment (PPE) training, on the job training (OJT), lesson plans, presentations, testing provided by the government, for supervisor’s resources and Respiratory User section that tracks training, fit test and medical requirements; 5. Contractor shall provide Web Training Module that includes the following web base training: General E & S Training for supervisors and non-supervisors, Site Conservation, Hearing Conservation, Fire Extinguisher, Ergonomics for supervisors and non-supervisors, Bloodborne Pathogens, Back Injury Prevention, Web System Training for supervisors, Asbestos Awareness, Lead Awareness, provide monthly e-mail to all customers that inform and update their E & S requirements; 6. Contractor shall provide testing and automatic grading of exams after each web based training activity taken by customers and automatically register pass or fail in the employee’s training record; 7. Contractor shall provide Job Hazard Analysis (JHA) Module to include; notifying, reviewing officials that a JHA has been filed. Once the JHA is approved, develop an online training lesson plan that can be used for employee training and assign affected employees the JHA training requirement; 8. Contractor shall provide Medical Surveillance Module, coordinating with the Branch Medical Clinic for tracking of employee’s physical due dates and Dispensary Permits filed online by supervisors; 9. Contractor shall provide Inspection Module to include: auto-generating deficiency notices (5100/12), e-mail notifications of inspection reports filed to the action authority receiving updates on deficiency corrections, maintain hazard abatement log for each customer command serviced by PWC WASHINGTON; 10. Contractor shall maintain Training Records Module, which includes, employees training records and online training registration for upcoming classes. Quarterly audits by supervisors to verify employee training, assigned roles, Medical Surveillance Program, and the supervisors NAVOSH Report Card that is e-mailed quarterly and evaluates timely mishap reporting, auditing of their personnel records, delivery of monthly safety talks, and response to NAVOSH deficiency notices; 11. Contractor shall provide Safety and Health Officers Module for administrative areas for Routine reports, charts and power point slides for the OSH Council Meeting for PWC WASHINGTON and supported customers. Generates custom reports as requested by the customer; 12. Contractor shall provide Unsafe and Unhealthful Reporting Module for employees to report online unsafe or unhealthful conditions in the workplace, notifying the PWC WASHINGTON Safety Office via e-mail. Generating a log that tracks the time requirements to respond and auto generates interim and final responses to employees; 13. Contractor shall provide Work Certificate Module for customer to notify the E & S office of specific building modifications to obtain clearance and approval before the project begins. This includes environmental and safety compliance. The Module tracks and logs work certificates to the appropriate E & S staff member and generates a final approval certificate; 14. Contractor shall make one trip to PWC (Public Works Center Washington) to provide training; 15. PWC Safety will schedule dates for trip. The trip shall last four days, which shall include travel, lecture preparation, and two days of classroom lecture; 16. Contractor shall provide training booklets for all attendees; 17. Contractor shall provide PWC with classroom sign-in sheets with the names, command, and additional spaces for social security numbers, email address, phone numbers, and signature of students attending the training; 18. Within 10 days of completion of training, contractor shall update the web-based training database with completed training dates. Government Furnished Equipment will include the following: 1. Classroom to conduct training; 2. Audio-visual equipment to facilitate training to include LCD projector overhead projector, VCR, television, as needed; 3. Provide a workstation, including computer access to the Internet when the contractor is at a site visit at PWC. Contractor Furnished Equipment/Supplies shall include the following: 1. Training booklets for training; 2. Laptop computer for electronic presentation, Back-up slides of training material for manual presentation; 3. Web based server to implement web application that will accessible by customers coming from an (navy.mil) e-mail site; 4. Provide technology to auto grade tests on web based applications. The provision at 52.212-1, Instructions to Quoters – Commercial Items, is applicable with the Technical Information being evaluated as more important than price. This solicitation requires the submission of: Price and Past Performance information. The quoter(s) shall describe its past performance on similar contracts it has held within the last three (3) years which are of similar scope, magnitude, and complexity to that which is detailed in the RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Relevant Past Performance information includes the following: 1. Ability to develop and implement a web-based application to manage E & S compliance with the Occupational Safety and Health Administration (OSHA) and the Environmental Protection Agency (EPA) federal requirements. 2. Knowledge of and experience in applications of principles of OPNAV Instruction 5100.23 series. 3. Knowledge of and experience in providing Web Training Modules that includes some of the following web base training: General E & S Training for supervisors and non-supervisors, Site Conservation, Hearing Conservation, Fire Extinguisher, Ergonomics for supervisors and non-supervisors, Bloodborne Pathogens, Back Injury Prevention, Web System Training for supervisors, Asbestos Awareness, Lead Awareness. 4. The ability to provide telephone support to assist and answer questions from any PWC WASHINGTON user. Quoters who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to requirements of the RFQ. The quoter should provide the following information regarding its past performance: A. Contract Number(s); B. Name and phone number of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed; C. Dollar value of the Contract; D. Detailed description of the work performed; E. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s); and F. The number, type, and severity of any quality, delivery, or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, is applicable to this procurement. Offerors are advised to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government (ALT I); 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts). Quotes shall be received at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 4PM (local time) on 01 March 2004. All responses may be e-mailed to Mike Capilato at: michael.capilato@navy.mil, or faxed to (215) 697-5418/9569, and reference control number 2004-1497. For additional information concerning this requirement, please contact Mike Capilato, Code 02P21D, at (215) 697-9647.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/FISCDETPHILA/N00140-04-Q-1497/listing.html)
 
Record
SN00527574-F 20040222/040220233615 (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.