Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

Q -- ERGONOMICS SERVICES TO BE PERFORMED ON SITE AT TOBYHANNA ARMY DEPOT, TOBYHANNA, PA 18466

Notice Date
5/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622210 — Psychiatric and Substance Abuse Hospitals
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Tobyhanna Depot Contracting Office, US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-08-R-0009
 
Response Due
5/28/2008
 
Point of Contact
Marilyn Watkins, (570)895-7918
 
Small Business Set-Aside
Total Small Business
 
Description
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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-25. NAICS Code 621999/$9.0 Million. Solicitation number is W25G1V-08-R-0009. Simplified acquisition procedures FAR Part 13.5 are used. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-895-6782 or hard copy. To receive an award, the company must be registered in the Central Contractor Registration (CCR) http://www.dlis.dla.mil/ccr. Parties interested in responding to RFP shall complete a Standard Form (SF)1449 http://www.forms.gov, blocks 5, 12, 17 a, 17b, 19 thru 24, 30a, and 30b; the offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility matters. FAR 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items,completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items/Services. Full text clauses may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation must be submitted in order for your offer to be considered. See below regarding submission technical documentation of examples of Past Performance. Completed SF1449 and other information must be faxed 570-895-6782 or sent electronically as a.pdf file; to marilyn.watkins@us.army.mil. PWS: 1. CONTRACT SERVICES Ergonomics services performed on-site at Tobyhanna Army Depot (TYAD). This requirement is for non-personal health care services contract, as defined in Federal Acquisition Regulation (FAR) 37.101 under which the contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (i.e. professional judgments, diagnosis for specific medical treatment). The contractor shall indemnify the government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance, see FAR Clause 52.237-7, Indemnification and Medical Liability Insurance. The work shall consist of performing ergonomic worksite/task evaluations, and occupational health, fitness and safety education sessions/programs. The contractor shall perform walk-through inspections of mission operations to identify and correct ergonomics issues. Work strengthening, physical conditioning and stretching programs will be provided for designated TYAD employees. The contractor shall furnish all personnel, equipment, supplies and materials, except as described herein as government furnished, to perform the required services. 2. SITE OF PERFORMANCE and GOVERNMENT FURNISHED ITEMS: All services will be provided on-site at TYAD. TYAD will provide the contractor an office space/treatment room. Office accommodations will consist of at least an off-line computer, printer, desk, chair and file cabinet. Office supplies such as standard paper, pens and pencils, access to a phone and copier for official business will be provided. The contractor will have full use of the Mack Field House facility and equipment necessary to perform services. The contractor will be required to visit various areas of the depot proper, especially the industrial areas to conduct worksite evaluations, monitor progress of employees participating in the services or to provide training. Conference facilities will be available to conduct employee education sessions/programs. The government property made available under this contract remains the property of the government, shall be for use only in contract performance, and shall be returned to the government. 3. HOURS OF PERFORMANCE: Services shall be provided during the depot's normal duty hours from 7:30 AM to 4:00 PM, Monday through Friday - with allowances made for coverage of additional shifts as needed, excluding Federal Holidays and on days of depot closure for weather or other reasons. The government reserves the right to unilaterally reduce the number of hours of performance under this contract as determined to meet its needs, provided that a 30 day written notice of its intention to reduce hours is given to the contractor. Contractor will work a forty, thirty-two, twenty, or fifteen hour work week depending on the hours actually agreed to. Contractor will be paid depending on the hours actually worked. Time for performance of the schedule will be during normal duty hours, however, the actual time schedule will be mutually agreed to by the parties consistent with effective performance. Payment will be made at the rate stated in the pricing schedule applicable to the new weekly hours. 4. PERSONNEL: The offeror must provide qualifications of the personnel proposed to perform under this contract for both the regular on-site staff and support staff. The qualifications must address the professional title, educational degree from accredited institutions, licensing and certification (state of PA) and experience held by all personnel proposed. A minimum of two years of job experience in the industrial rehabilitation/ ergonomics field is required. Previous job experience references must be provided and should include identity of employee, customer point of contact and telephone number. Personnel should also have training and certification in cardiovascular pulmonary resuscitation (CPR). 5.The Government reserves the right to require the contractor to replace any on-site or support staff that are determined unable to perform the requirements of the contract due to improper conduct, behavior, inadequate qualifications, or performance. In the event of the unavailability of the contractor's normally designated on-site personnel, the contractor shall be responsible for providing substitute personnel who are of the same qualifications and are familiar with the performance of the contract requirements so that no disruption to services to the government are evident. Proof of equivalent qualifications identified above shall be provided to the Contracting Officer on or before the day of substitution. The contractor will only be paid for the days that qualified on-site staff report to the work site and for which services are properly performed. 6. PERIOD OF PERFORMANCE: The period of performance will be on or after 9 Jun 08 and will continue for a period of fifty-two weeks, subject to the Government's option to extend performance for four additional one-year periods. See FAR 52.212-3 EVALUATION-COMMERCIAL ITEMS. 7. TYPES OF SERVICES: 7.1 ERGONOMIC WORKSITE EVALUATIONS The contractor will be required to perform ergonomic worksite evaluations to conduct task analyses linked to work-related musculoskeletal disorders (WMDs). The contractor shall provide written reports to the Contracting Officer Representative (COR) identifying the specific tasks reviewed, motion(s) which cause or are likely to cause WMDs, and appropriate measures (e.g., engineering controls, physical strengthening and flexibility exercises) necessary to prevent injury or illness. Examples of where prevention programs would apply include, but are not limited to sanding, paint-spraying, cable pulling, sheet metal fabrication, material movement, and shelter assembly. Written reports will be submitted to the Contracting Officers Representative (COR) within 10 business days of review and analysis. The contractor will follow up on recommendations made in order to verify compliance and/or receive feedback on the appropriateness of recommendations made. Follow up visits will be made by the contractor to review recommended changes or processes for effectiveness. 7.1 LEAN MANUFACTURING EVALUATIONS Lean Manufacturing is a business model that emphasizes eliminating waste while delivering quality products at the least cost to the manufacturer and to customers. TYAD uses a variety of common lean methods, including rapid improvement events, flow manufacturing and the Six Ss (sort, straighten, scrub, safety, standardize, and sustain) to improve workstation design and process flow activities. The contractor shall participate in Lean initiatives through involvement in events by providing assistance as needed to improve efficiency and work flow through the use of ergonomics and human factors. Coordination shall be set up in advance between the COR, and/or personnel of the Directorate of Productivity, Improvement and Innovation and the contractor. The contractor shall provide verbal feedback during events and provide a written summary report within 5 business days after the worksite evaluation is complete. Report shall include the date of the event, location of the event, brief description of event and ergonomic recommendations. 7.3 WORKER CONDITIONING PROGRAM The contractor shall provide occupational health, wellness, fitness, and safety programs for participating depot employees including emergency responders. The work shall include testing of physical capacity to evaluate ability to perform tasks or jobs that may have risk factors for musculoskeletal disorders (MSDs), and to set up appropriate exercise programs to address limits in strength, flexibility or aerobic capacity that may affect work performance. As appropriate, the contractor will provide instructional briefings to employees prior to long-term off-site travel to include simple exercises and/or stretches that can be used to reduce the risk of MSDs. The contractor shall be responsible for providing all supplies, equipment and materials necessary to conduct training sessions. All training handouts and materials will become the property of the government. The contractor shall provide services to participating employees by a competent professional under the guidance of other qualified professionals as may be determined necessary by the contractor. The work strengthening and physical conditioning programs will be performed on-site, as stated above. The contractor must be able to provide services to a minimum of 150 employees per year. The contractor shall be responsible for scheduling appointments with depot employees referred for services and all scheduling will be coordinated with the COR. Treatment as described under the terms and conditions of this contract is solely limited to work strengthening and physical conditioning through exercise programs and education. No other form of treatment is to be prescribed by the contractor (e.g., chemical, acupuncture). Programs will be prepared and performed in accordance with standard treatment protocols. The contractor must monitor progress of depot employees participating in the conditioning program under this contract and a written plan developed with specific goals. Employee programs should be modified based on specific individual needs. Programs should be progressive with continuous goal adjustments. Final results shall also show a successful accomplishment of these goals. A written evaluation of the employees participation will be provided to the COR within 10 business days after completion of program. 8. RECORD KEEPING, REPORTS, CONFIDENTIALITY: The contractor will maintain records for each patient treated. Record keeping will be in accordance with procedures prescribed in AR 40-66. The contractor shall permit the COR and any other authorized government representative access to all records, data and facilities used in the performance of the services. All personnel or data furnished to the contractor, which the contractor produces under this contract or which is otherwise available are considered confidential business and privacy act information shall not be used for purposes other than the performance of work under this contract. No information shall be released by the contractor outside TYAD to other than the individuals identified under this contract. The contractor and participating staff will be required to execute a nondisclosure statement. In addition to any other stated reporting requirements, at the conclusion of each work week, the contractor shall provide a report to the COR of all individual employee treatment sessions, site evaluations, Lean event participation, and training performed during the week and shall also provide an agenda of the upcoming week's anticipated activities. The contractor will submit to the COR a plan outlining their milestones at the beginning of each quarter. PROPOSAL SUBMISSION: The pricing shall be filled out appropriately; information pertaining to the proposed personnel must be submitted for review to include the name, education, credentials, and certifications; all personnel proposed must have a minimum of 2 years of experience in the field, such experience having been acquired within the past four year, the experience must include the organization at which the experience was gained, a point of contact (POC) at the organization where the experience was gained, and a confirmed current telephone number for the POC; past or current performance of the firm, a minimum of 3 examples of the firm performing, or having performed, contracts which are relevant (performed within the past 3) years of the same or greater scope, (i.e. duties, tasks, requirements, size of population, etc.) and are of the same or greater magnitude (dollar value), the examples will be evaluated for relevancy and quality of performance in terms of customer satisfaction (i.e. expertise of the personnel provided, timeliness of performance, ability to adapt to changing conditions, correcting mistakes, etc.), for each example the following must be provided: name and location of the customer (firm/agency); a customer POC with a confirmed current telephone number; dates when the contract was performed; and dollar value of the contract. CLIN 0001 Industrial Ergonomic Services - provide all personnel, equipment, supplies, and materials to perform ergonomic services in accordance with all requirements of the performance work statement (PWS) below for a base period of 52 weeks with the option to extend for 4 additional 52 week periods. CLIN 0001 is base period, CLINS 0001AB-AE are option periods. Services shall commence on 7/09/08 or later depending on actual date of award. The offeror shall provide pricing under CLINS 0001AA-AE for each CLIN for hourly work weeks as follows, see PWS: 40 hour work week $__________ per week; 32 hour work week $__________ per week; 20 hour work week $__________ per week; 15 hour work week $__________ per week. Contractor must report man-hours in accordance with https://cmra.army.mil. Reporting must be done by the end of September of each fiscal year. Reporting verification is required. CLIN 0002 is pricing for this manpower reporting, CLIN 0002AA is Base Period, CLINS 0002AB-AE are option periods. The offeror shall provide pricing for each period under CLIN 0002. APPLICABLE FAR CLAUSES: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transaction; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-14 Notice of Priority Rating, fill in X DO; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) fill in: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical evaluation will be based upon the credentials and expertise of the personnel proposed. The offeror must provide qualifications of the personnel proposed to perform the services both as regular on site staff and support staff. The qualifications must address the professional title, educational degree from accredited institutions, licensing and certification (state of PA), and experience held by all personnel proposed. Personnel must have a minimum of two years experience in the industrial rehabilitation/ergonomics field and have training and certification in cardiovascular pulmonary resuscitation (CPR). Past performance will be evaluated for relevancy and quality as stated above. The firm must show at least three examples of having performed contracts within the past three years of the same or greater scope and magnitude as required herein. Award will be made on a best value basis. Technical and past performance, when combined, are more important than cost or price. Award may not necessarily be made to the firm who submits the lowest quote. (b) The Government will evaluate offers for award purposes by adding the total price for the base quantity and period to the total price for all optional quantities and periods. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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: (X)(b) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.225-13 Restrictions on Certain Foreign Purchases; 52.239-1, Privacy or Security Safeguards.(c) (X) 52.222-41, Service Contract Act of 1965; Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); 52.228-5 Insurance-Work on a Government Installation, liability: workers compensation $100,000, bodily injury $500,000 per occurrence, Automobile Liability Insurance $200,000 per person and $500,000 per occurrence for Bodily Injury,$20,000 per occurrence for property damage; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.229-4 Federal, State and Local Taxes; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation; 52.237-3 Continuity Of Services; 52.243-1 Changes-Fixed Price; 52.246-4 Inspection Of Services-Fixed Price; 52.247-34; F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference Computer Generated Forms; 52.237-7 Indemnification And Medical Liability Insurance fill in: $1Million standard coverage required for performance. 52.222-42 Statement Of Equivalent Rates For Federal Hires fill-in: Employee Class: Physical Therapist GS9/3; Monetary Wage-Fringe Benefits $25.70/HR; Applicable SCA Wage Determination is No.: 2005-2453, Revision No.: 4, Date Of Revision: 5/29/07 available at http://www.wdol.gov, state is PA, county is Monroe. Applicable DFARS clauses: 252.204-7000; Disclosure Of Information; 52.201-7000 Contracting Officers Representative; Control Of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.223-7006; 252.227-7027 Deferred Ordering Of Technical Data Or Computer Software 252.227-7028; Technical Data or Computer Software Previously Delivered to the Government; 252.232-7010 Levies on Contract Payments 252.243-7001; Pricing Of Contract Modifications; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (a)(X) 52.203-3, Gratuities; (b) 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7004, Small Business Subcontracting Plan (Test Program) 252.226-7001;Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; Technical Data--Commercial Items (10 U.S.C. 2320); Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; Alternate III; 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C.2631). 52.217-9-Option to Extend the Term of the Contract. Fill in: (a)30 calendar days, 60 calendar days (c) 60 months. The offeror will also be required in award to comply with TYAD local clauses for performance of on-site work at TYAD, contract administration and payment under the Wide Area Workflow System which will be included in any resultant contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f510e195c6794df802d9b19219dc98d2&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN01575679-W 20080518/080516221704-f510e195c6794df802d9b19219dc98d2 (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  © 1994-2020, Loren Data Corp.