Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

B -- Regulatory Analysis Support

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL099RP20697
 
Archive Date
6/30/2009
 
Point of Contact
Crystal Brown,, Phone: 202-693-7162
 
E-Mail Address
brown.crystal@dol.gov
 
Small Business Set-Aside
8a Competitive
 
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 requested and written solicitation will not be issued. The U.S. Department of Labor’s Occupational Safety and Health Administration (OSHA) Office of Regulatory Analysis seeks services of a contractor to conduct regulatory impact analyses and economic analyses of proposed and final regulations and standards, of revisions to regulations and standards, and of regulatory and on-regulatory effects on small businesses and other small entities. Solicitation number DOL099R120675 is issued for this 8a small business set aside competition. The Government intends to award a Blanket Purchase Agreement (BPA) established on the basis of firm-fixed rates for labor hour services. The NAICS Code for this requirement is 541690 - Other Scientific and Technical Consulting Services. The size standard is $7.0 million. The period of performance expect is for five (5) years. The government intends to award only one (1) award for this requirement. APPLICABILITY OF FAR PROVISIONS: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. 52.212-5 CONTRACT TERMS AND CONDITIIONS REQUIRED TO IMPLEMENT STATUTES FOR EXECUTIVE ORDERS – COMMERICIAL ITEMS (SEP 2005) 52.212-2EVALUATION—COMMERICIAL ITEMS (JAN 1999) 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS 9MAR 2005) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) SUBMISSION OF QUOTATIONS (Business/Cost and Technical): Submit signed and dated proposals quotes on or before 06/15/2009 at 3:00 PM, E.S.T. ELECTRONIC SUMISSION OR RESPONSE, Micro Soft Word file of the RFQ with the business/cost and technical proposals/quotes is authorized for one (1) copy. Concurrent with this, please forward one (1) original and three (3) signed hardcopies of each business/cost and technical proposal/quote must also be provided to the address below by the due date and time using COURIER or POSTAL SERVICE. Due to heightening building security conditions around the U.S. Capitol and surrounding federal buildings, hand-carrying of proposals/quotes is discouraged. However, if proposals/quotes are hand-carried or sent by courier, the carrier/courier must contact the OPS offices at 202-693-4580 or deliver to the room number mentioned below or wait with the proposal/quote until it is picked up. Do not drop off proposals/quotes with the building security officers or leave packages unattended. This office cannot guarantee the delivery of documents. Office of Procurement Services (OPS) U.S. DEPARTMENT OF LABOR (DOL) Attn: Name: Crystal Brown 200 Constitution Ave., NW, Room S-4306 Washington, DC 20210 The services required are to bid on a Blanket Purchase Agreement (BPA). The prices are inclusive of any and all labor, indirect cost, material, parts, equipment, pick-up and delivery, ancillary costs and applicable fees. No other compensation will be paid to the contractor. QUESTIONS: The cutoff date for receipt of all questions regarding this RFP or the attached SOW shall be submitted via e-mail NOT LATER THAN 06/01/2009, 9:00 AM, Washington, DC, E.S.T. Zone to brown.crystal@dol.gov The Offeror shall include with their business/cost proposal a cover letter that must be signed by an official authorized to bind the Offeror, and it shall contain a statement to the effect that the proposal is firm for a period of at least one hundred and twenty (120) days form the data of receipt by the Government. The RFP does not commit the Government to pay any costs incurred in the submission of your proposals or to contract for the articles or services. It is also brought to your attention that the Contracting Officer is the only individual who can commit the Government to the expenditures of public funds in connection with this procurement. Request for any information concerning this RFP is directed by e-mail to the Contract Specialist, during the RFP process and before award, Crystal Brown who may be reached at brown.crystal@dol.gov. STATEMENT OF WORK IS AS FOLLOWS: 1.TITLE: DOL, OSHA Regulatory Analysis Support 2.Background The Occupational Safety and Health Administration (OSHA) is required to conduct regulatory impact analyses and economic analyses of proposed and final regulations and standards, of revisions to regulations and standards, and of regulatory and non-regulatory alternatives addressing occupational safety and health issues, including in particular effects on small businesses and other small entities. Requirements and guidelines for conducting analyses are contained in public laws, executive orders, court decisions, and other applicable documents, which include, but are not limited to, the following: Executive Order 12866, the Regulatory Flexibility Act, the Paperwork Reduction Act, the Data Quality Act, and the Small Business Regulatory Enforcement Fairness Act. In addition, OSHA engages in surveys and statistical analyses, evaluations, reviews of occupational hazard data, and the development of analytical tools for purposes of identifying occupational risks and their causes, prioritizing regulatory and non-regulatory activities, and producing effective approaches and solutions for improving occupational safety and health. OSHA also relies on research, studies, and analyses in conducting and supporting various activities and programs as part of its mission. 3. Scope The Contractor shall furnish highly qualified professional staff to: (1) collect and analyze information and data that the Agency relies on for setting its rulemaking priorities and evaluating safety and health conditions in the work place; (2) for proposed and final standards, determine levels of current compliance by industry and size of establishment with sufficient degrees of accuracy and disaggregation to fulfill the requirements of the regulatory process; (3) summarize, analyze, and appropriately utilize data and comments submitted by the public to the rulemaking record; (4) assess the technological and economic feasibility, compliance costs, and economic impacts of proposed health and safety regulations and their alternatives on all establishments and especially on small entities; (5) estimate benefits, relative cost-effectiveness, environmental impact, degree of risk, and potential for risk reduction associated with regulatory requirements and alternative approaches; (6) conduct research, analysis, and other work to fulfill Agency rulemaking requirements regarding small businesses and to provide support in other Agency matters related to small businesses; (7) prepare materials and systems to help employers comply in the most cost-effective manner with existing and new OSHA regulations; (8) conduct and review studies and evaluations of OSHA regulatory policy issues, causes of occupational risks and hazards, and opportunities and obstacles to risk reduction; (9) conduct retrospective studies and evaluations of current OSHA programs. This support shall be provided on a time and material basis through the issuance of written task orders. 4. Statement of Work General: the Contractor, in accordance with fully executed Task Orders issued under this contract, may be asked to do one of more of the following: (1) gather and analyze data to evaluate safety and health conditions and relevant associated factors in the work place; (2) determine the levels of current compliance, the compliance costs, the paperwork and information collection burdens, the economic and technological feasibility, and the economic and environmental impacts of proposed and final regulations and standards and their alternatives, on all establishments and especially on small entities, and with sufficient degrees of accuracy and disaggregation to fulfill the requirements of the regulatory process; (3) determine the degree of risk and potential for risk reduction associated with regulatory requirements and alternative approaches, and estimate the benefits and relative cost-effectiveness of potential regulatory and non-regulatory actions; (4) prepare materials and systems to help employers comply in the most cost-effective manner with existing and new OSHA regulations; (5) identify and evaluate the degree of current risk and the potential for risk reduction by regulatory action or other alternatives; (6) conduct research, analysis, and other work to fulfill Agency rulemaking requirements regarding small businesses and to provide support in other Agency matters related to small businesses; (7) conduct methodological studies useful to OSHA in the development of health and safety regulations; (8) conduct and review studies and evaluations of OSHA regulatory policy issues, causes of occupational risks and hazards, and opportunities and obstacles to risk reduction; (9) review, evaluate, and update studies and analyses produced by other contractors or by OSHA; (10) conduct retrospective studies of the effectiveness of standards previously promulgated by OSHA to determine the extent to which the standards have reduced injuries, illnesses, and fatalities, and the extent to which technologies have changed since the rule was promulgated; (11) conduct evaluations to determine the effectiveness of various aspects of current OSHA programs; (12) summarize, analyze, and appropriately utilize data and comments submitted by the public to the rulemaking record. 5. Specific Tasks 5.1Task Order Management 5.1.1Task Order Reports The Contractor shall prepare and deliver the reports identified in fullyexecuted Task Orders. The reports shall be typed, and they shall include the contract number and the Task Order number. 5.1.2 Progress Reports The Contractor shall prepare and submit progress reports, the specifications for which are as follows:.5.1.2.1The Contractor shall furnish typed progress reports to the COTR and the Contracting Officer on the work it performed during the previous calendar month.Each report shall be applicable to a single Task Order and contain an administrative and a financial management section. 5.1.2.2 The administrative section of each progress report shall include, at a minimum, the following information: (1)The Task Order number; (2)The contract number; (3)The reporting period; (4)A concise description of the work performed under the Task Order during the reporting period, in terms of the work scheduled and deadlines established for the task; (5)A concise description of the work that will be performed under the Task Order during the next reporting period; and (6)A concise description of any technical or administrative problems that have arisen during the past reporting period under the Task Order, or problems that are expected to arise during the next reporting period. 5.1.2.3 The financial management section of each report shall include, at a minimum, the following information: (1)The total charge for the reporting period and the cumulative total charge; (2)The charge, in dollars, by labor category, during the reporting period and cumulatively; (3)The person-hours expended, by labor category, during the reporting period and cumulatively; (4)The charge, in dollars, of each of the reimbursable costs identified in each task order, during the reporting period and cumulatively; and (5)The balance of funds and person-hours in the Task Order at the end of the reporting period. 6. Performance Standards Standards will be defined in each task order. 7. Incentives Not applicable 8. Place of Performance Work is to be performed at the Contractor’s site. 9. Travel Any applicable travel will be described in accordance with the provisions of fully executed Task Orders. 10. Period of Performance The period of performance for this SOW shall be for five years. Each task order will have separate due dates. 11. Security The work to be furnished under this SOW will be confidential. 12. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) Government-Furnished Information will be provided to the Contractor as necessary according to Section 5, above. 13. Other Pertinent Information or Special Considerations Not applicable 14. Section 508 Accessibility Standards Section 508 Accessibility Standards shall be observed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL099RP20697/listing.html)
 
Place of Performance
Address: U. S. Department of Labor, OSHA, DEA, 200 Constitution Avenue, NW N3641, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN01817352-W 20090516/090514220405-036a71f34917076d38a5280e3c83988b (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.