Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

R -- Fall Protection Program Manual for the National Park Service

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - PWRO Pacific West Regional Office-Oakland National Park Service 1111 Jackson Street, Suite 700 Oakland CA 94607
 
ZIP Code
94607
 
Solicitation Number
Q2430070026
 
Response Due
9/11/2007
 
Archive Date
8/29/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a National Park Service COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested with this notice and an additional written solicitation WILL NOT BE ISSUED. This solicitation is a BEST VALUE procurement and is issued as Request for Quotation #Q2430070026. The Government intends to award a firm, fixed-price contract to the responsible offeror whose total offer for all line items is the best evaluated offer for the Government, price and other factors considered. The following contract line item numbers and items, quantities, and units of measure are applicable: CLIN 0001- Produce 20 each color manuals; CLIN 0002- Make 20 each compact disks copies of the original abstract; CLIN 0003- Engineer/Scientist Project Manager for 210 hours; CLIN 0004- Technician/Designer for 160 hours; CLIN 0005- Field Support for 80 hours; CLIN 0006- 40 hours of Support Services; and CLIN 0007- Personnel Travel 2 each. The Government intends to award without discussions, but reserves the right to negotiate if the Contracting Officer determines it necessary. The NAICS code for this procurement is 611430 and the small business size standard is $6.5 million. This solicitation is 100% set-aside for small businesses. The National Park Service encourages the participation of small, disadvantaged, veteran, and women owned business enterprises. The following is a description of the requirements for this acquisition. 1. Introduction. Occupational fatalities caused by falls are a serious problem. When a worker is at a height of four feet or more, the worker is at risk to encountering a fall and needs to be protected. Fall protection must be provided at four feet in general industry, five feet in maritime and six feet in construction. However, regardless of the fall distance, fall protection must be provided when working over dangerous equipment, machinery and natural environments. The National Park Service under 29 CFR 1960 is required to provide a safe and healthful work environment to all of its employees. As part of this requirement the NPS must adhere to Directors Order 50 B (Occupational Safety and Health Program). This policy requires managers to establish a safety and health program for its employees. During the course of a normal working day, some NPS employees may conduct work at heights greater than the OSHA allowable limits, where there is a potential risk of falling. As a result, those NPS sites are required to implement an effective site specific written fall protection program for its employees. 1.1 The objective of this contract is to develop a National Park Service specific fall protection program manual. This manual will provide both direction and serve as the written fall protection program manual necessary for implementing a comprehensive fall protection program at all parks: that complies with: a. DO 50 B Occupational Safety and Health Program b. NPS RM 50 B 3.10 Construction Safety c General Industry (29 CFR 1910) " 1910 Subpart D, Walking-working surfaces " 1910.23, Guarding floor and wall openings and holes " 1910 Subpart F, Powered platforms, manlifts, and vehicle-mounted work platforms " 1910.66, Powered platforms for building maintenance " Appendix A, Guidelines (Advisory) " Appendix C, Personal fall arrest system (section I - mandatory; sections II and III - non-mandatory) " 1910.67, Vehicle-mounted elevating and rotating work platforms [Aerial lifts] " 1910 Subpart I, Personal protective equipment " 1910.132, General requirements " 1910.269, Electric power generation, transmission, and distribution d. Shipyard Employment (29 CFR 1915) " 1915 Subpart I, Personal protective equipment " 1915.159, Personal fall arrest systems (PFAS) " 1915.160, Positioning device systems " Appendix B, General testing conditions and additional guidelines for personal fall protection systems (Non-mandatory) e. Construction Industry (29 CFR 1926) " 1926 Subpart E, Personal protective and life saving equipment " 1926.104, Safety belts, lifelines, and lanyards " 1926.105, Safety nets " 1926 Subpart L, Scaffolds [related topic page] " 1926.451, General requirements " 1926.452, Additional requirements applicable to specific types of scaffolds " 1926.454, Training requirements " Appendix B, Criteria for determining the feasibility of providing safe access and fall protection for scaffold erectors and dismantlers " Appendix D, List of training topics for scaffold erectors and dismantlers " 1926 Subpart M, Fall protection " 1926.500, Scope, application, and definitions applicable to this subpart " 1926.501, Duty to have fall protection " 1926.502, Fall protection systems criteria and practices " 1926.503, Training requirements " Appendix A, Determining roof widths - Non-mandatory guidelines for complying with 1926.501(b) (10) " Appendix B, Guardrail systems - Non-mandatory guidelines for complying with 1926.502(b) " Appendix C, Personal fall arrest systems - Non-mandatory guidelines for complying with 1926.502(d) " Appendix D, Positioning device systems - Non-mandatory guidelines for complying with 1926.502(e) " Appendix E, Sample fall protection plan - Non-mandatory guidelines for complying with 1926.502(k) " 1926 Subpart P, Excavations " 1926.651, Specific excavation requirements " 1926 Subpart X, Ladders " 1926.1051, General requirements " 1926.1060, Training requirements 2. Background: The contractor will be required to visit representative parks to identify representative fall hazards, interview employees and supervisors, and review and gather information about the specific fall protection issues that NPS employees encounter and what measures must be taken to mitigate the hazard. Based on the information and digital photos collected from these visits, a comprehensive fall protection program manual will be put together. The manual will provide direction on when fall protection programs are required, how fall protection programs are implemented, fall protection hierarchy of controls; requirements for the design and use of fall protection systems and procedures; required training program components for employees, supervisors, managers and trainers in the use, maintenance and evaluation of fall protection systems, competent and qualified person criteria. This manual will also address non-traditional application of fall protection for backcountry use, including work off or below the rim of unimproved cliff faces, use of trees, rocks and other natural features for anchor points, etc., and will establish procedures to ensure the suitability of anchorages for fall protection systems, including specific information on the design requirements and use of horizontal lifelines; and guidelines for the inspection, storage and maintenance of fall protection equipment. This manual will also address rescue provisions and procedures; fall incident investigation process; and methods to evaluate program effectiveness. 3. Statement of Contractor Services. Except for government provided materials; the Contractor shall furnish all services, labor, materials and equipment to carry out work specified herein. Services shall be performed to standards, qualities and schedules described in the following paragraphs. 4. Major Work Items: Each item shall be separately executed for each of the park visits. 4.1 (TASK-1) Project Conference. The Contractor will conduct a conference call with the NPS Risk Management representatives to discuss the overall schedule, work plan, selected representative parks, and coordinate work schedules with the COTR and the POC at each park to be visited. 4.2 (TASK-2) Work Plan. The Contractor will go to each representative park and conduct a fall protection hazard assessment of park specific fall protection hazards. The selected representative parks are 1. Olympic National Park, 2, MT Rainier NP, 3. Golden Gate NRA/San Francisco Maritime complex, 4. Grand Canyon NP, and 5. Carlsbad Caverns NP 4.3 (TASK-3) Records Search and Evaluation. After the assessment has been conducted, the contractor will take the information gathered and put together a comprehensive fall protection program manual consisting of basic program elements applicable to all fall protection programs, and additional modules specific to fall hazard types as identified during the project conference, such as tall ships mast rigging, back country high angle rescue, cell tower and utility poles, high voltage towers, etc. 4.4 (TASK-4) Prepare Draft Manual. An electronic draft manual will be prepared and submitted to the NPS Risk Management Division for peer review. 4.6 (TASK-5) Final Deliverables: 1. 20 three holed fall protection notebooks consisting of 8.5" X 11.0" removable pages between 400 and 500 pages long. 2. 20 electronic CDs of the final version of the manual 3. The manual pages will be color printed and will include the NPS Logo on the front. 4. NPS specific fall protection color photographs will be used to illustrate the program elements. Additional general illustrations may be used to augment the manual. 5. The manual will be divided into five sections that will address a) Introduction that includes the purpose of the manual and how to use it. b) Fall protection guidance that address front country issues (General industry issues that include but are not limited to roofs, fixed ladders, scaffolding, powered platforms, walking surfaces, PPE, training, rescue ) c) Construction fall protection guidance that address issues that involve renovation and new construction including but not limited to fall arrest systems, positioning devices, guardrail systems, fall restraint systems, training, rescue) d) Back country issues specific to employees constructing and maintaining trails, back country high voltage maintenance, high angle low angle rappelling, rescue, tree climbing including but not limited to PPE, fall arrest systems, positioning devices, guardrail systems, training. e) Fall protection issues found on tall ships as it applies to masts, rigging, etc. Special Requirements: The contactor will demonstrate and provide evidence of having a through understanding of the unique back country fall protection issues encountered by employees in the National Park Service as part of the competitive bid process. General Requirements. Travel. As authorized by the CO or duly authorized representative, all expenses necessary to perform the services described in this Contract shall be on a reimbursable basis subject to the limits defined in the Federal Travel Regulation (FTR). If personnel are required to travel in performance of this contract, the CO or authorized representative shall authorize it in advance. Invoices for all transportation costs shall be supported by actual bills to include airfare, car rentals, taxi, etc. For estimating purposes, airfare should be estimated on the basis of a minimum 14-day notice and coach rates. All supporting data shall be submitted to the CO. Meals, mileage, and other associated travel expenses shall not exceed those specified in the current FTR. Safety Requirements. The Contractor shall comply with all relevant and applicable safety regulations as promulgated by the Occupational Safety and Health Administration. Additionally, the Contractor shall adhere to all generally accepted, professionally practiced safety standards. Coordination. The Contractor shall provide, to the COR, a status of work progress against the Timeline no less than weekly via email or fax. Government-Furnished Materials. The NPS Risk Management Division, Regional Office and park staff will provide, or, when possible, assist the Contractor in obtaining, pertinent documentary materials. Disposition of Materials and Information All documentary or other materials (e.g. photographs) provided to the Contractor or generated by the Contractor in the course of investigations will remain or become property of the U.S. Government, and must be returned to the NPS before final payment. The COR will provide liaison, supply or assist in obtaining Government-furnished materials and documents, monitor Contractor's performance, verify compliance project/contract progress. Contractor's Project Manager (CPM). Following the award of this contract or task order, the Contractor will designate a CPM. This individual will be responsible for maintaining the necessary coordination and execution of the work agreement. The CPM shall have sufficient experience and capability to be considered responsible for the supervision of the work and overall product quality specified under this work order, and to serve as liaison between the Contractor and the COR. The COR must be appraised of the approved changes in the CPM by the Contractor. Extra Services. The Contractor is advised not to perform any services requested by any person verbally or in writing, other than the Contracting Officer, which could be considered to be a change in the terms or scope of this SOW necessitating an adjustment in contract price. In the event that such additional work is called for, a written proposal shall be submitted to the Contracting Officer, a mutually satisfactory fee negotiated and a written modification issued by the Contracting Officer. Schedule. The Contractor shall keep the COR fully advised at all times concerning delays or difficulties that may prohibit completion of any or all of the work according to the established schedule. The Contractor shall submit with any payment requests, a brief summary of the activities accomplished in the payment period and of the activities anticipated for the next payment period. The Contractor shall furnish sufficient technical, supervisory, and administrative personnel to ensure the successful execution and completion of the work in accordance with the following schedule: ACTIVITY SCHEDULE Contract Award Date (CAD) Begins Schedule, Contract Award Date Project Conference (T1) 5 Calendar Days After NTP Work Plan/Schedule (T2) 25 Calendar Days After NTP Records Search and Evaluation (T3) 46 Calendar Days After NTP Draft Manual (T4) 76 Calendar Days After NTP Final Deliverables (T5) 111 Calendar Days After NTP Offerors/Quoters must review and comply with the applicable Clauses and Provisions of the Federal Acquisition Regulations that apply to this solicitation. FAR clauses and provisions listed herein are those in effect through FAC 2005-19 and are available for review and printing at http://www.arnet.gov/far on the internet. The following clauses and provisions apply to this solicitation and are hereby incorporated by reference: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2 EVALUATION-COMMERCIAL ITEMS - Evaluation factors include: A. General Considerations. For the purpose of this evaluation, the quotations will be evaluated under two areas of consideration: cost/price and past performance. In addition to the evaluation of the quotations for award determination, the Government may consider your past performance data obtained from other sources. The Contractor will submit a list of references and points of contact from organizations that the contractor has done work for. B. Basis for Award. Award will be made on the basis of "best value" to the contractor that the Government determines can best satisfy the objectives and requirements of this Request for Quotations, in a manner most advantageous to the Government. The documentation that is submitted by each contractor in response to the instructions for preparing the quotation will receive a thorough evaluation. Contractors must convey to the Government that they are able to accomplish the work in a coordinated and timely fashion, such that all the requirements will be achieved. C. Evaluation Criteria. The following paragraphs identify the criteria. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. A rating of "unacceptable" for any criteria may eliminate the quotation from further consideration, regardless of rating for any other criteria. 1. Cost/price. 2. Demonstrated experience in putting together comprehensive Fall Protection Program Manuals with multi-color illustrations and digital images that address the fall hazards of agencies or large employers engaged in work in rugged, mountainous terrain and wilderness areas under extreme climactic conditions. 3. Demonstrated experience in addressing all fall protection issues, including horizontal and vertical lifelines, storage, use and inspection procedures, and the assessment and suitability of engineered anchor points, non-engineered alpine climbing types of anchorages, and other techniques for fall protection systems that leave little or no footprint on lands managed under the wilderness act. 4. Proven ability to communicate technical information to experienced alpine climbers/rescuers, as well as supervisors and employees engaged in facilities maintenance, trail work, construction, demolition and historical renovation. 5. Demonstrated experience and ability to teaching both industrial and non-traditional fall protection program elements affecting land management agency employees engaged in alpine type climbing related rescues, body recoveries, and trail or backcountry maintenance work. D. Selection Procedures. The significant features of the selection process are: 1. The Government will evaluate the quotations against the specified evaluation criteria. 2. The Government will evaluate quotations to determine cost realism. Cost realism relates to a contractor demonstrating that the proposed cost/price provides an adequate reflection of its understanding of the requirements of this request for quotation. Offerors are to complete and submit a copy of FAR clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. Additional clauses and provisions applicable to this solicitation are 52-212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS with the following paragraph (b) clauses indicated by number: 5, 15, 16, 17, 18, 19, 21, 24(i), 27(iii), 29, 32, and 34. FAR 52.228-5 Insurance-Work on a Government Installation, amounts shall be no less than those required by FAR 28.307-2. QUOTES ARE DUE IN THIS OFFICE on this combined synopsis and solicitation by 2PM, September 11, 2007 and shall be delivered by the specific time to the Pacific West Regional Office of the National Park Service, 1111 Jackson Street, Suite 700, Oakland, CA 94607. Quotes may also be sent by facsimile to 510-817-1328 or via email to joel_r_simmons@nps.gov. If the facsimile transmission is not successful; call the point of contact below. QUOTES MUST REFERENCE SOLICITATION NUMBER Q2430070026 and contain the Contractor's DUNS number, address, voice and facsimile number, email address if available, and official point of contact. Questions regarding this combined Synopsis/Solicitation should be referred to Joel R. Simmons, Contracting Officer (510) 817-1382. (END)
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2663042)
 
Place of Performance
Address: Various Locations: Olympic National Park, MT Rainier National Park, Golden Gate National Recreation Area, San Francisco Maritime National Historic Park, Grand Canyon National Park, and Carlsbad Caverns National Park.
Zip Code: 946074807
Country: US
 
Record
SN01391124-W 20070901/070830222656 (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.