Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOURCES SOUGHT

D -- Web-Based Safety Training and Program Management Services

Notice Date
4/2/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
20100402
 
Archive Date
5/4/2010
 
Point of Contact
Stefan I Martiyan, Phone: 703.588.8220, Darnell Shelton, Phone: 703.588.6217
 
E-Mail Address
stefan.martiyan@whs.mil, darnell.shelton.ctr@whs.mil
(stefan.martiyan@whs.mil, darnell.shelton.ctr@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of potential small business (SB) firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the capabilities necessary to perform the described project are invited to provide feedback via email to Stefan Martiyan at stefan.martiyan@whs.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a contract to provide WePRb-Based Safety Training and Program Management Services. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. REQUIREMENT DESCRIPTION: Washington Headquarters Services (WHS) is a field activity of the Department of Defense (DoD) and is comprised of several Directorates. Its mission is to provide administrative and operational support to certain DoD activities in the National Capital Region (NCR). The Safety and Environmental Management Branch (SEMB) of the Defense Facilities Directorate (DFD) has a requirement to provide health and safety support to WHS in the NCR in accordance with regulatory requirements outlined in: • Department of Defense Instruction 6055.5, November 11, 2008, Occupational and Environmental Health. • 29 Code of Federal Regulations 1910, Occupational Safety and Health Administration (OSHA). • 29 Code of Federal Regulations 1926, OSHA. The selected contractor will be asked to provide web-based safety training and safety program management services to WHS. Currently, the total user population is approximately 2,000 military, civil service and contractors. In order to meet the requirement, the contractor will be asked to provide the following support products and services: • Make initial changes to system identified by WHS Safety Manager to reflect organizational structure, create a WHS unique portal into the system, upload to all building/facilities supported by WHS. • Provide 2 weeks of on-site training in support of safety, administration, and supervisor personnel. • Access to the Safety Management System for WHS and tenant organization personnel. • Establish Site R as a sub-command within WHS. The Site R services will largely mirror those managed wholly by the WHS Safety Office. • Mishap Reporting Module to include Property Damage, and Near Miss Mishap reporting online, mishap reports generated by supervisors, e-mail notification to the Safety Office. • Government Motor Vehicle Mishap Reporting (SF 91) online, to include e-mail notification to the WHS Safety Office upon form submission. • Supervisors Area Module which includes, posting monthly safety talks, HAZCOM training, ergonomic assessment information, personal protective equipment (PPE), training, on the job training (OJT), lesson plans, presentations, testing provided by the Government, and Respiratory User section that tracks training, fit test and medical requirements. • Web Training Module that includes the following web base training: General Safety and Occupational Health 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; and provides monthly e-mail to all customers that inform and update their requirements. • 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. • 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. • Medical Surveillance Module, coordinating with the DiLorenzo TRICARE Health Clinic and/or Fort Detrick Barquist Clinic for tracking of employee’s physical due date and Dispensary Permits filed online by supervisors. • Inspection Module to include: auto-generating deficiency notices, e-mail notifications of inspection reports filed to the action authority receiving updates on deficiency corrections, maintain hazard abatement log for each customer organization serviced by WHS. • Maintenance of the Training Records Module which includes employees training records and online training registration for upcoming classes. • Unsafe and Unhealthful Reporting Module for employees to report online unsafe or unhealthful conditions in the workplace, notifying the WHS Safety Office via e-mail. The system will send e-mail reminders to appropriate safety personnel notifying them of the due date for the 10-day interim response letter. The system will generate an interim and final response letter for safety personnel. • Develop additional fields/forms for population by supporting personnel. • Provide phone support to help customers with questions and troubleshooting during normal working hours. • Respond to all calls made to the Help Desk within 24 hours. • Provide on-line support of any customer submitted issues within 48 hours of submittal. Additionally, the contractor will be asked to provide the following services in relation to site visits: • Dress and maintain acceptable business decorum during all service visits to any WHS office. • Security: The contractor shall be responsible for maintaining employees with access to all facilities occupied by WHS personnel for service or site visits. Each visit to any WHS office must be coordinated with; WHS Safety Manager. The contractor service personnel shall display their badges at all times while within any WHS office or as directed by the Security Office. • Safety: The contractor shall brief his employees on the Federal, State and Local safety standards required to perform their services. The contractor is required to wear Personal Protective Equipment (PPE) as required by the facility or the Safety Office. • Medical Facilities: The contractor shall have a plan for medical emergencies at each facility occupied by a WHS office, should an emergency arise. • The contractor shall be aware that he is performing services on a Reservation of historic significance. Any damages incurred in the performance of the services or while on the Reservation shall be the sole responsibility of the contractor. CAPABILITY STATEMENT: The following requests are designed to apprise WHS Acquisition and Procurement Office (A&PO) of any prospective contractor capabilities to meet this requirement. Please provide your response to the following. The submission is limited to 2 pages. 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to perform a contract of this magnitude and complexity and comparable work performed within the past 3 years. Describe your self performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). 4) Offerors type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)). 5) Offerors Joint Venture information if applicable existing and potential. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist WHS in determining the appropriate acquisition strategy for a potential future acquisition. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email by 5:00 PM Eastern Time on April 19, 2010. Submit response and information to: Stefan Martiyan, Contract Specialist at stefan.martiyan@whs.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/20100402/listing.html)
 
Place of Performance
Address: Washington Headquarters Services (WHS) / Defense Facilities Directorate (DFD), 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
Zip Code: 20301-1155
 
Record
SN02111250-W 20100404/100402235015-214101377fada671edbdc42c4419488e (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.