Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

R -- Safety, Occupational Health, and Workers’ Compensation Support Functions - DOL110RP21020 - RFP ATTACHMENTS

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
DOL110RP21020
 
Archive Date
8/14/2010
 
Point of Contact
Ronald J Jordan, Phone: 202-693-4595
 
E-Mail Address
jordan.ronald@dol.gov
(jordan.ronald@dol.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DOL110RP21020 - ATTACHMENT 3 - WAGE DETERMINATION 05-2104 REV 12 DOL110RP21020 - ATTACHMENT 2 - SCHEDULE OF SUPPLES/SERVICES DOL110RP21020 - ATTACHMENT 1 - PAST PERFORMANCE QUESTIONNAIRE (i) 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. This requirement is being procured in conjunction with FAR Part 13, using Simplified Acquisition Procedures (SAP). (ii) The solicitation number for this acquisition is DOL110RP21020. This solicitation is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. (iv) This requirement is a 100% Service Disabled Veteran-owned Small Business (SDVOSB) set-aside. The NAICS code for this requirement is 541990. The size standard is $7.0M. (v) The following provides the description of the requirement being procured: Title: Safety, Occupational Health, and Workers' Compensation Support Functions 1. Introduction: •1.1. Background : The U.S. Department of Labor (DOL), Office of the Assistant Secretary for Administration and Management's (OASAM) Office of Worker Safety and Health (OWSH) plans, develops and administers - through the services of the Agency and OASAM Regional Safety and Health Managers and Workers' Compensation Coordinators -comprehensive technical and administrative workplace safety, occupational health, and workers' compensation programs for the Department of Labor. DOL is comprised of approximately 16,000 employees and numerous contract employees throughout the United States who are housed in worksites located in 570 office buildings nationwide - some locations are leased space and some are federally owned. •1.2. Introduction : The OWSH is responsible for program and administrative policy development, coordination and organization; planning, developing and the systemized evaluating of the Department's workplace safety, occupational health, and workers' compensation programs. The OWSH participates with the Business Operations Center (BOC) Director in planning program operations within the framework of general policy determinations of the Assistant Secretary. •1.2.1. The contractor for workplace safety, occupational health, and workers' compensation services shall maintain a staff of key professionals and consultants sufficient to perform the requirements of the contract. •1.2.2. The contractor's staff shall be available to function as consultant experts and perform functions relating to workplace safety, occupational health, and workers' compensation as delineated in this contract. They shall be able to provide expeditious responses when the need arises. •1.3. Purpose and Scope : The purpose of this contract is to obtain assistance for OASAM/OWSH, in the creation, management and oversight of the DOL workplace safety, occupational health, and workers' compensation programs and assist with the day-to-day operations of the office. Towards this end the contractor shall provide technical support required to develop, implement and evaluate DOL internal programs and provide accurate assistance and advice to agency and regional safety, occupational health, and workers' compensation staff in accordance with the Occupational Safety and Health Act of 1970, Executive Order 12196, 29 CFR 1960, Federal Employees Compensation Act (FECA), related laws, policies, regulations and standards, and DOL policy requirements. These technical support tasks will implement DOL's internal policies, plans, practices, and procedures in support of the Department's workplace safety, occupational health, and workers' compensation goals and mission. Duties may involve associated administrative functions associated with workplace safety, occupational health, and workers' compensation programs oversight, administration and tracking. •2. Statement of Work : I n support of the OASAM/OWSH, the contractor safety and occupational health specialists and workers' compensation specialists, shall provide the necessary technical expertise and labor to assist OWSH with the implementation, coordination and delivery of comprehensive workplace safety, occupational health, and workers' compensation programs for DOL. The program requires: •2.1. The creation, recommendation, and communication of policy and procedures for all aspects of workplace safety, occupational health, and workers' compensation and technical support including: •2.1.1. Workplace inspections, hazard recognition and abatement, •2.1.2. Accident investigation/reporting/recordkeeping, •2.1.3. Safety and occupational health training and management, •2.1.4. Industrial hygiene (including ergonomic) practices, •2.1.5. Return-to-work practices and procedures, •2.1.6. Claim controversion processes and practices, •2.1.7. Workers' compensation training and management, •2.1.8. Monitoring and evaluating claim submissions, including accuracy of data, •2.1.9. Injury/Illness statistical analysis, and •2.1.10. Technical advice and assistance for customers and stakeholders. •2.2. Technical support for committees, standing teams, teleconferences, meetings, and office workplace safety, occupational health, and workers' compensation program functions. •2.3. Provide staff with the requisite experience and expertise to complete assignments based on an annual work plan developed by the Director, OWSH in consultation with the Director, BOC. Duties include, but are not limited to: •2.3.1. Drafting and updating Department-wide policy, procedures, practices and guidance - including handbooks and program templates on specific workplace safety, occupational health, and workers' compensation programs. Submit drafts to government, incorporate government comments, and turn in print ready versions. •2.3.2. Developing and making recommendations for modifications and/or enhancements to the Department's safety, occupational health, and workers' compensation programs designed to improve customer service and reduce injuries, illnesses, and workers' compensation costs. Recommending new policies and procedures to correct deficiencies and clarify existing regulations as needed. •2.3.3. Developing data for coordination of government approval and publishing quarterly and annual workplace safety, occupational health, and workers' compensation (including return-to-work) goal reports, updating the Annual Performance Plan and Report, developing the Department's annual report to OSHA, and various other reports and data analyses as requested. •2.3.4. Serving as technical advisor for regional OASAM and DOL agency safety and occupational health managers and workers' compensation coordinators regarding interpretation and application of workplace safety, occupational health, and workers' compensation regulations, national consensus standards, principles, practices, and policies. •2.3.5. Providing technical expertise in ergonomics and participate with a DOL Ergonomic Team to resolve ergonomic issues. •2.3.6. Reviewing incident, injury, and illness data, and workers' compensation claims for trends and developing special emphasis programs aimed at reducing the frequency, severity and/or elimination of hazards contributing to significant injuries and illnesses for example, repetitive stress, hearing loss, and slips/trips/falls. •2.3.7. Reviewing workers' compensation rolls to ascertain potential candidates for the return-to-work program. Intense and continual interface with injured employees, their supervisors, agency and regional workers' compensation coordinators, servicing medical providers, rehabilitation nurses, and the appropriate Office of Workers' Compensation area office staff to ensure claims are correctly coded and submitted, injured employees receive compensation due them, and are returned to work as soon as medically able. •2.3.8. Planning, organizing and conducting comprehensive reviews/evaluations of DOL agency and regional workplace safety, occupational health, and workers' compensation programs for compliance with established requirements, regulations, standards, policies, practices, and effectiveness in meeting safety, occupational health, and workers' compensation goals and making specific recommendations for improvement, where necessary. •2.3.9. Conducting annual and more frequent safety inspections of DOL National Office work spaces. Tracking and monitoring such inspections conducted by DOL agencies at the national office level as well as those conducted by OASAM regional staff at the local level. Tracking and monitoring hazard abatement activities throughout DOL. •2.3.10. Providing technical expertise to assist OWSH with developing, implementing, and managing the delivery of workplace safety, occupational health, and workers' compensation training programs using state of the art delivery systems, including desk-top and web-based learning, CD-ROM, distance learning, as well as traditional training methods and mechanisms. Tracking and monitoring workplace safety, occupational health, and workers' compensation training throughout DOL. •2.3.11. Conducting pre-occupancy inspections on new or renovated office spaces, new construction and renovation plan reviews, and evaluating new equipment prior to acquisition or use. •2.3.12. Developing and making recommendations for modifications and enhancements to a broad range of work processes, equipment, operations, and protective devices to minimize injury to employees, contractors, Job Corps enrollees, and DOL property. Recommending new policies and procedures to correct deficiencies and clarify existing regulations as needed. •2.3.13. Administering SHIMS - the Department's web based Safety and Health Information Management System (SHIMS) - and serving as the Department wide SHIMS administrator with regard to granting access to SHIMS and modifying/deleting records in accordance with 29 CFR 1904 and FECA regulations. Tracking and monitoring injury/illness data and workers' compensation activities throughout the Department through SHIMS. •2.3.14. Coordinating and serving on Accident Review Boards for DOL compensable injuries and illnesses occurring in the National Office. Ensuring agency safety and occupational health managers coordinate and serve on Accident Review Boards for compensable injuries and illnesses occurring in their respective national offices. •2.3.15. Working closely and collaboratively with DOL managers, supervisors, bargaining unit officials and employees to recommend comprehensive and integrated solutions to the issues, projects and tasks of OWSH. •2.3.16. Investigating, recording and tracking reports of unsafe/unhealthful conditions as reported to OWSH. This includes developing requisite reports and maintaining required logs in the timeframes required by 29 CFR 1960. •2.3.17. Developing materials, attend, and making presentations at internal and external meetings. •2.3.18. Maintaining the safety, occupational health, and workers' compensation web pages on LaborNet. •2.3.19. Assisting with day-to-day operations of OWSH Services to include responding to customer requests for information or assistance, developing data, charts, graphs, and correspondence as requested, conducting accident investigations, coordinating the successful completion of accident review boards and developing recommendations resulting from these boards, conducting inspections and developing requisite reports. •2.3.20. On an "as needed" basis provide technical expertise (on call experts) for engineering reviews, serious accident investigations, allegations of serious unsafe/unhealthful working conditions, or other unexpected occurrences as they arise. This expertise includes development of related recommendations and reports. •2.4. Contractor Requirements : The contractor will be required to provide qualified safety, occupational health (Industrial Hygiene), and workers' compensation personnel to conduct the requirements set forth in this contract. Key personnel must meet or exceed the qualifications specified by the Government. •2.4.1. Key Personnel Program Manager - Minimum qualifications for the Program Manager providing program oversight include education, training, and experience commensurate with the ability to oversee and approve the quality of the work activities and work products produced by the Contractor staff. Certification as industrial hygienist (CIH) or safety professional (CSP) is preferred. The Program Manager must also have at least 3 years experience in personnel supervision and ensure that they and their staff have the ability to carry out assigned duties and provide technical assistance with minimal supervision. Safety & Occupational Health Specialist - Minimum qualifications for providing safety & occupational health expertise include a college degree in occupational safety and health, industrial hygiene, safety management, safety engineering, fire science or fire protection, and 4 or more years of experience in the field of occupational safety and health to include the recognition, anticipation, and control of workplace hazards, job hazard analysis, ergonomic assessments, accident/incident investigation, inspections of various work environments and safety and health program audits. Experience in developing and presenting safety and occupational health training, orientation, and briefings is required. Personnel must have current training and experience on the practical application of National Fire Protection Association Codes, including, but not limited to the Life Safety Code, the National Electric Code, OSHA standards 29 CFR 1960, 29 CFR 1910, 29 CFR 1926, and 29 CFR 1904; knowledge of American National Standards Institute Codes (as applicable), International Building Code/Uniform Building Code and appropriate fire codes. Personnel must have experience with the analytical methods necessary for evaluating injury and illness statistics to identify trends, draw conclusions, and make recommendations for improving the effectiveness of DOL agency workplace safety & occupational health programs. Preferred qualifications included certification as industrial hygienist (CIH) or safety professional (CSP). Workers Compensation Specialist - Minimum qualifications for providing workers' compensation expertise include a minimum of 5 years experience in administration of FECA and related workers' compensation activities with up-to-date training and experience on the practical application of FECA related laws, policies, regulations, and standards. Personnel must have experience with reviewing and evaluating workers' compensation programs, risk management and loss control practices, claims analysis, claims cost reduction interventions, techniques, practices, and procedures. Personnel must have experience, skill and mastery of technical and programmatic workers' compensation concepts, theories, and studies and the practical application of such to the development and implementation of an effective workers' compensation program. Personnel must have the knowledge and expertise to develop and conduct training on a variety of workers' compensation topics. Personnel m ust have training and experience with return-to-work management techniques and familiarity with the Office of Workers' Compensation Programs Agency Query System (AQS). Personnel must have experience with the analytical methods necessary for evaluating injury and illness statistics to identify trends, draw conclusions, and make recommendations for improving the effectiveness of DOL agency workers' compensation programs. •2.5. Additional Requirements : •2.5.1. All personnel must have experience with software programs such as Microsoft Excel, Access, PowerPoint, Word and more. •2.5.2. The contractor is authorized the use of Government-owned office facilities and office supplies, computer including peripheral equipment, and telephone/fax/copier machine. •2.5.3. In accordance with FAR Sections 52.224-1 and 52-224-2, regarding compliance with the Privacy Act of 1974, hold all data in confidence thus protecting the privacy rights of individuals for whom sensitive information has been obtained during the analysis and review of various reports. •2.5.4. Safety and occupational health program operating requirements are specified in DLMS 4-800 and 29 CFR 1960. 29 CFR 1960 is available at www.osha.gov the DLMS 4-800 will be available upon request and prior to start work. •2.5.5. Workers' compensation program operating requirements are specified in DLMS 4-200, FECA, and 20 CFR Parts 1-25. FECA and 20 CFR are available at http://www.dol.gov/owcp/dfec/index.htm. The DLMS 4-200 will be available upon request and prior to start work. •2.5.6. Based on review and analysis of data deriving from agency program reviews, safety inspections, reports of unsafe/unhealthful working conditions, and injury/illness data - including information from SHIMS and AQS - the contractor shall bring deficiencies or other potential problems to the attention of the Director of OWSH. The contractor will work closely and establish a relationship with the agency and regional safety managers, collateral duty safety officers, and workers' compensation coordinators in an effort to facilitate the development of comprehensive workplace safety, occupational health, and workers' compensation programs for DOL. •3. Schedule : All projects and tasks associated with the implementation of comprehensive safety, occupational health, and workers' compensation programs within DOL shall be completed in accordance with a master schedule provided to the contractor annually by the Director of OWSH. Timelines for any additional projects or tasks that may be necessary in support of the program not included on the master schedule will be negotiated on a case by case basis with the Director. The schedule is subject to limited negotiation between the Director of OWSH and the contractor. 4. Tasks The Contractor shall perform the following tasks in order to provide technical support to assist the Director of OWSH with the implementation of model workplace safety, occupational health, and workers' compensation programs and best practices. •4.1 Records, File, and Equipment Management Maintain OWSH central files to include active and archive (storage) files and maintain inventory of files. Revise and keep updated the DLMS 4-200 and 4-800 and related documents (handbooks, brochures, written programs, etc.). Files must be maintained in a manner that makes them easy to identify and retrieve. Develop and maintain inventory of hazardous chemicals used in DOL shops and maintain copies of current material safety data sheets (MSDSs) for these chemicals. Inventory and MSDSs shall be maintained in hard copy and electronic formats. Maintain inventory of government provided equipment. Maintain two OWSH storage rooms (Workers Compensation and Safety), including inventory. Maintain up-to-date list of all DOL facilities nationwide, including mailing address and agency. Maintain up-to-date list of DOL Workers Compensation Coordinators. Collect and maintain documentation on safety and workers' compensation training completed by DOL employees. All inventories and lists must be made available upon request by the Government. •4.2 OWSH Website Support Monitor DOL LaborNet and OWSH website content and ensure up-to-date content is incorporated. Make recommendations for improvements if necessary and coordinate changes and updates. •4.3 Meeting Support Be readily available and responsive to the Director of OWSH to attend meetings and/or make presentations. Provide support for OWSH meetings including logistics, planning, recording minutes, preparation of agenda, handouts, and other meeting materials. Examples of meetings include, but are not limited to quarterly Departmental Safety & Health Committee meetings, Field Safety & Health Committee meetings, National Office Safety & Health Committee meetings, monthly safety & health status teleconferences, monthly Ergonomics Subcommittee meeting, monthly Workers' Compensation Coordinators teleconferences. •4.4 Training and Outreach Support Provide support for OWSH training and outreach including logistics, planning, maintaining training completion records, preparation of handouts, pamphlets, presentations, training completion certificates, and other materials. Examples of outreach include, but are not limited to Safety Day and targeted field outreach on workers compensation topics or occupational safety and health. Examples of training include, but are not limited to workers' compensation policy and procedures, new employee safety orientation, ergonomics, and job-specific or OSHA-required training such as motor vehicle safety, hazard communication, bloodborne pathogens, hearing conservation, or personal protective equipment training. Maintain a current list of trained CPR and AED responders. Training may be conducted by OWSH staff, Contractor personnel, or any combination thereof. •4.5 Research Support Provide specialty expertise as needed in fields including, but not limited to food safety, fire life safety, fire protection engineering, industrial hygiene, ergonomics, occupational health, asbestos and lead-based paint inspection and abatement. Conduct research as needed to provide information and content for OWSH directives, reports, presentations, meetings, and training and outreach materials. •4.6 Injury & Illness Data Conduct Record Keeper Duties for OASAM and OASAM Client Agencies Maintain log of injury and illness case data. Check accuracy of all data entered into SHIMS for errors and discrepancies on a weekly basis and make recommendations for corrections. Maintain accurate OSHA 300 logs for DOL agencies. Conduct analysis of injury and illness data to identify trends in the cause and nature of work-related injuries and illnesses that require corrective action. On occasion, specialized data analysis may be required to examine observed trends in greater detail. Review strategies and make recommendations for addressing trends that show increases in injury and illness or for continued reduction of work-related injuries and illnesses. Review strategies and make recommendations for addressing trends that show increases in workers' compensation costs and related lost production days. Conduct analysis of injury and illness data to evaluate the performance of DOL agencies against goals established by the current Presidential safety & health initiative. Provide data in tabular and graphic formats suitable for inclusion in OWSH reports. •4.7 Workers Compensation Case File Management Create and maintain case lists for each DOL agency based on chargeback documentation of compensation and medical bill activity. Create lists of compensation and medical charges by sub agency. Lists must include at a minimum, case number, numeric and alphabetic chargeback codes, and total medical, compensation and fatal costs for each case. Review SHIMS/OWCP logged case information (name, case number, status, agency, sub-agency) using the AQS and verify lost time/no lost time cases, all date fields, removal of denied cases, timeliness calculations. Add data for "Reopen Date Cases" and "OWCP Denied Date" fields in Master OWCP Case Log. Review attachments in AQS to verify the claimant's address and case status and note changes. The SHIMS/OWCP case log must be re-reviewed weekly throughout the fiscal year to maintain current case statuses for each FY case. Compare the chargeback reports for selected chargeback quarters and provide analysis of the costs between each agency and break out the costs by medical, compensation, fatal and total. Also provide comparison of the number of unique cases on which total costs, medical, compensation, fatal payments were made. Please show actual changes and percent changes on all comparisons. Please note that Job Corps enrollees' costs (chargeback code 1128) should be separated out from the ETA costs and represented as a separate agency. As directed by OWSH, assist with the case review of all DOL PR and PN cases. Draft year end chargeback memos and assist with preparation of Safety and Health Initiative memos at the conclusion of each quarter. Check mailroom weekly to look for delinquent OWCP letters. If mis-directed OWCP letters are found, bring to the attention of the Workers' Compensation Team Lead to determine disposition. Review periodic roll cases on an annual basis to determine if any injured workers may be eligible to return to work. Review may include study of medical evidence on file at the OWCP case kiosk and may also include written inquiries to the treating physician on file. Assist the appropriate workers' compensation coordinator with the return to work process on eligible cases. •4.8 Accident and Incident Investigation and Analysis Investigate workplace accidents and incidents as requested to determine causal factors and hazardous workplace conditions. The extent of each investigation shall be reflective of the seriousness of the accident and comply with the OSHA standards. •4.9 Engineering Reviews Ensure new and renovated spaces and equipment meet Federal requirements including OSHA and NFPA Life Safety Code. There will be occasional need for Fire Protection Engineering expertise. Verify information required for OASAM Life Safety Review Attend space planning walkthroughs and site visits. •4.10 Workplace Assessment and Inspection Conduct job hazard analyses as required. At a minimum, the Contractor must complete job hazard analyses for all trades positions at the National Office. Conduct industrial hygiene testing as required. Provide ergonomic evaluation and assistance to employees as required. Develop schedule for annual inspections of DOL Washington area facilities and conduct inspections to ensure agency compliance with OSHA standards and NFPA 101 Life Safety Code. Conduct pre-occupancy inspections. Conduct unplanned workplace inspections in response to employee reports of unsafe or unhealthful conditions. Such inspections must be conducted within 4 hours for employee reports of imminent danger conditions, within 2 working days for potentially serious conditions, and within 10 working days for other than serious safety and health conditions. Add inspection information, results and abatement tracking to SHIMS. •4.11 Program Implementation Support Conduct safety, occupational health, and workers' compensation reviews of one agency and one region per year. Prepare a comprehensive report on each review per template provided by the Director of OWSH. Document and/or develop written procedures for major OWSH activities such as inspections, investigations, and engineering reviews. Provide support for development and implementation of safety, occupational health, and worker's compensation programs. •4.12 Quality Management The Contractor must develop a proactive plan (Quality Assurance and Quality Control Plan) to ensure that project deliverables are complete, correct, and of acceptable quality (quality control) and that they have a documented and well-reasoned process for developing project deliverables (quality assurance). Acceptable tasks will be completed within specified time frames, meet specified criteria, and be accurate and thorough, and include follow-up as necessary. 5. Deliverables Within one week of receiving this contract, the Contractor shall coordinate with the COTR to develop a work plan outlining the Contractor's proposed coordinated approach for completing the work described in this SOW. All deliverables shall be provided in a format specified in the SOW or by the COTR. •5.1 Records, File, and Equipment Management Current inventory of OWSH files and equipment. Updates to DLMS 4-200 and 4-800 and related documents (handbooks, brochures, written programs, etc.). Current inventory of hazardous chemicals used in DOL shops and copies of current MSDSs for these chemicals (hard copy and electronic formats). Current list of all DOL facilities nationwide, including mailing address and agency. Current list of DOL Workers Compensation Coordinators. Documentation on safety and workers' compensation training completed by DOL employees. All inventories and lists must be made available upon request by the Government. •5.2 Meeting Support Draft and final documents to support OWSH meetings including agendas, meeting minutes, handouts, and other meeting materials as required. •5.3 Training and Outreach Support Draft and final documents to support OWSH training and outreach including handouts, pamphlets, presentations, training completion certificates, survey instruments and other materials. Current list of trained CPR and AED responders. •5.4 Research Support Materials developed as a result of research or surveys conducted such as reports, charts, tables, graphics, survey instruments, and presentations. •5.5 Injury & Illness Data Log of injury and illness case data and recommendations for corrections. OSHA 300, 300A, and 301 logs for DOL agencies. The OSHA 300 Log annual summary must be completed and submitted within 14 days following the end of thecalendar year and final posting must be prepared to meet OSHA requirements. Monthly, quarterly, and annual reports on analysis of injury and illness data, workers compensation costs, and lost production days to identify and evaluate trends that require corrective action and recommendations for addressing trends. Monthly reports are due within 5 working days following the last day of the month. Quarterly reports are due within 10 working days following the last day of the quarter. Annual reports are due within 10 working days following the end of the fiscal year or end of the chargeback year as appropriate. Data must be reported by agency and region. Report formats will be provided by the Government. Reports on analysis of injury and illness data to evaluate the performance of DOL agencies against goals established by the current Presidential safety & health initiative. Reports in response to requests for special analysis of injury and illness data are generally due within 3 days of request unless otherwise authorized by COTR. On occasion faster turnaround may be required. Data as specified above in tabular and graphic formats suitable for inclusion in OWSH reports. Monthly draft and final goal progress report due by the second Monday of each month. Each month convert OWCP Table 2 information from Microsoft Word format to an Excel spreadsheet. Many of the fields for data will require additional research. Workers Compensation Case File Management Case lists for each DOL agency based on chargeback documentation of compensation and medical bill activity. Lists of compensation and medical charges organized by sub agency. Lists must include at a minimum, case number, numeric and alphabetic chargeback codes, and total medical, compensation and fatal costs for each case. Reports by agency on chargeback cost comparison for selected chargeback quarters broken out by medical, compensation, fatal and total costs. Reports to also include comparison of the number of unique cases on which total costs, medical, compensation, fatal payments were made, and actual and percent change on all comparisons. Report on discrepancies and omissions in OWCP chargeback codes to include comparison of OWCP chargeback codes in SHIMS with chargeback code list for DOL. Drafts of year end chargeback memos due within 10 days after chargeback year data is made available. Drafts of quarterly Safety & Health Initiative memos to agencies including information on compensation costs, due within 5 days after data is made available. Annual report on the results of the review of periodic roll cases to determine if any injured workers may be eligible to return to work. Due within 30 working days following the end of the fiscal year. Monthly summary and status of active cases due within 10 working days following the end of the month. SHIMS Quality Control & Assurance Report of Discrepancies as requested by Government. •5.6 Accident and Incident Investigation and Analysis Investigation reports for workplace accidents and incidents shall meet the requirements of 29 CFR 1960. The detail and extent of the report shall reflect the seriousness of the accident or incident. A preliminary report is due within 2 working days of a Government request to conduct an accident or incident investigation. The deadline for a final report will be determined based on the extent of the investigation. •5.7 Plans Reviews Brief report detailing the Contractor's evaluation of the proposed space plans, modifications, and furniture layouts compliance with Federal requirements including OSHA and NFPA Life Safety Code. In addition to a written assessment of compliance, the report shall include any available floor plans for existing and new space, any measurements made to verify compliance, and photos to provide visual depiction of area. Reports are due within •5.8 Workplace Assessment and Inspection Written job hazard analyses Industrial hygiene reports Report of ergonomic evaluation to include findings, recommendations, and photos. Annual inspection schedule for DOL Washington area facilities, updated monthly and delivered within 7 days of end of month Reports on planned and unplanned inspections to include findings of deficiencies and hazardous conditions, recommendations for corrective action, schedule for corrective actions, risk score, and photos as necessary to show conditions requiring abatement and of corrected conditions. At a minimum, reports must comply with OSHA standards and the DLMS. Reports on pre-occupancy inspections, due within 3 working days following inspection. Inspection reports in response to employee reports of unsafe or unhealthful conditions. Reports in response to imminent danger conditions must be submitted immediately following investigation. In such cases abatement of hazard must not be delayed and supervisor should be encouraged to correct the condition immediately. Reports in response to potentially serious conditions must be submitted within 1 working day following investigation and reports in response to other than serious safety and health conditions are due within 5 working days following the investigation. Current log of employee reports of unsafe or unhealthful conditions, must be available upon request by the Government. Items must be sequentially numbered and coded for easy identification and include an accurate record of the report and the response. As a minimum, the log should contain the following information: date, time, code/reference/file number, location of condition, brief description of the condition, classification (imminent danger, serious or other), and date and nature of action taken. •5.9 Program Implementation Support Comprehensive report on each review per template provided by the Director of OWSH. Conduct safety, occupational health, and workers' compensation reviews of one agency and one region per year Draft and final written procedures for major OWSH activities such as inspections, investigations, and engineering reviews. Draft and final quarterly and annual reports on safety, occupational health, and workers' compensation goals to include injury/illness trends, hazard abatement data, and workers' compensation costs. Draft the annual safety and occupational health report with corresponding data to OSHA, the quarterly safety, occupational health, and workers' compensation goal statistics and transmittal memorandums, and other correspondence as necessary. Report on status of DOL agency and regional safety and occupational health programs •5.10 Quality Management Provide and maintain a Quality Assurance and Quality Control Plan to ensure that project deliverables are complete, correct, and of acceptable quality and to document that a well-reasoned process for developing project deliverables exists. •5.11 Other Status Reports Monthly status report on activities and assignments that were completed or worked on during the reporting month. The report is due within 7 days following the end of month. The report should also include an updated cumulative task log for the fiscal year that includes task description, dates assigned and completed, outcome or findings, pending actions, and staff assigned. •· Quarterly report on the status of the Department's safety, occupational health, and workers' compensation programs and each project assigned to support the programs. The report is due within 5 working days following the end of each fiscal year quarter. All deliverables must be made available in a Microsoft compatible electronic format. Acceptable deliverables will be submitted within specified time frames and will be accurate and complete. •6. Government Furnished Information : The government shall provide copies of or access to the following documentation and materials needed for accomplishment of this task. •§ DOL Contractor ID's •§ Annual work plan •§ Access to DOL Safety and Health Information Management System (SHIMS) •§ Access to DOL LaborNet (the Department's internal Intranet web site) •§ Access to OWCP's Automated Query System (AQS) •§ Copies of or access to Federal agency unique standards and regulations, such as DLMS guides and standards, and General Services Administration (GSA) regulations •§ Copy of or access to historical data •§ Report requirements and format •§ Office space, supplies, and computer equipment All government furnished material, as identified and made available following contract award, shall be promptly returned to the government at contract completion. 7. Security : The functions outlined in this statement of work are considered 'low risk/non-sensitive' in that contract employees will not require access to classified or sensitive information. Therefore the investigation requirement for contract employees working under this statement of work is a National Agency Check and Inquiries (NACI). The NACI will ensure there are no objectionable issues that would jeopardize the individual's ability to carry out the responsibilities identified in this SOW. DOL will initiate a National Agency Check Investigation (NACI). Contractors are also subject to OPM Investigation requirements. As such, contract employees must complete the SF85, Questionnaire for Non-Sensitive Positions and applicable portions of OF306, Declaration for Federal Employment. 8. Confidentiality : This project and all materials provided to the contractor by DOL and results, conclusions, and recommendations obtained thereof should be considered confidential in nature and treated with the same level of care that the contractor should treat its own confidential business information. The information shall not be disclosed, copied, modified, used (except in completion of this project) or otherwise disseminated to any other person or entity at any time to include, but not be limited to, inclusion in any database external to DOL. (vi) The period of performance and place of performance for this requirement is as follows: a. This requirement will consist of a twelve (12) month base year and four (4) option years as follows: Base Year: 10 September 2010 - 09 September 2011 Option Year One: 10 September 2011 - 09 September 2012 Option Year Two: 10 September 2012 - 09 September 2013 Option Year Three: 10 September 2013 - 09 September 2014 Option Year Four: 10 September 2014 - 09 September 2015 b. The place of performance for this requirement is as follows: The contractor shall perform work at the DOL main office, the Frances Perkins Building, located at 200 Constitution Ave, NW, Washington, DC, 20210. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition, along with the following addenda: Under paragraph "(b)" of this clause entitled " submission of offers ", the following addenda is provided: The offeror's proposal shall be submitted via courier as set forth below. The offeror's proposal shall consist of four (4) separate volumes with one original and three redacted copies of each volume. Proposals shall be submitted to Mr. Ronald Jordan, by 1:00 p.m. Eastern Time, 30 July, 2010. The Volumes are I-Technical, II Past Performance, III-Price, IV-Other Solicitation Documents/ORCA and Certifications/Representations. Files shall not contain classified data. The intent of this standardized format is not to limit creativity. Creativity is permitted within the parameters below to allow the Government a more fair and easy assessment of offers. Questions regarding this solicitation must be submitted in writing only to Mr. Ronald Jordan via email at: jordan.ronald@dol.gov. Questions must be submitted not later than 1:00PM Eastern Time, 21 July 2010. Responses to questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which shall be posted to FedBizOpps. Telephone calls regarding this solicitation will not be accepted or considered. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be appropriately numbered and clearly identified with the date and solicitation number in the header and/or footer and shall begin at the top of each page. The offeror is required to provide three redacted copies without the names (i.e. company, key personnel, etc.). Interested Offerors should contact the contract specialist via email for an offeror code. This code is to be used throughout your proposal in lieu of your company name or logo and must be clearly identified on each volume of your proposal. NOTE: Please submit a cover letter with your redacted proposal addressed to Mr. Ronald Jordan with your company's contact information. In order to obtain your alpha numeric code, please contact Mr. Ronald Jordan via email at jordan.ronald@dol.gov to obtain an offeror code. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following page setup parameters. Margins - Top, Bottom, Left, Right - 1" Gutter - 0" From Edge - Header, Footer - 0.5" Page Size, Width - 8.5" Page Size, Height - 11" The following additional restrictions apply: Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. New Times Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. b. File Packaging. Written proposals shall be submitted in four volumes, as outlined above. Offerors shall attach a cover sheet to the outer cover of each volume, which clearly identifies each volume-by-volume number, volume name, and copy number (i.e., Volume I, Technical, copy 2 of 4), Request for Proposal (RFP) number, and date of submission. Use tab indexing to identify all sections within a particular proposal volume. Do not include writing on the tab index page other than that required to identify the particular section. In addition to the written proposals, the offeror is required to provide a redacted copy and an unredacted copy of each volume on CD-Rom titled: " DOL-OWSH - Solicitation. July 2010." •c. Page Count. The page count is as follows: Proposal Part Page Count Volume I - Technical NTE 35 pages, excluding the QCP, excluding resumes, covers, title pages, executive summaries, and table of contents and supporting documentation. Volume II - Past Performance NTE 8 pages, excluding covers, title pages, executive summaries, table of contents, and Past Performance Questionnaires. Volume III - Price No Page Limitation Volume IV- Other Solicitation Documents/ORCA NTE 30 pages, excluding covers, title pages, executive summaries, and table of contents. Those pages that exceed the page counts for each volume or attachment will not be evaluated. If there are more than forty-five (45) lines of text on any page, the sum of the additional lines will be removed from back to front of the particular volume or attachment and will not be evaluated. d. Content Requirements. All information shall be confined to the appropriate volume. The offeror shall confine submissions to essential matters, sufficient to define the proposal details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Each volume of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the volume. Proprietary information shall be clearly marked. See section (viii) below for items that shall be included in the Narrative discussion. (i) VOLUME I -TECHNICAL - The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Proposal. Sub-factor 1: UNDERSTANDING OF THE REQUIREMENT - The offeror's proposal will be evaluated for the level of completeness, understanding of project requirements, and adequacy of the proposal submitted for this requirement. The proposal should describe how the offeror intends to perform the service(s) required in the SOW to include every Task and Deliverable Sub-factor 2: TECHNICAL CAPABILITY - The offeror will be evaluated on its ability to perform the required services as specified in the SOW. Offerors will be evaluated on the capability to provide the required skilled labor, materials and equipment to accomplish the technical effort of supporting the DOL workplace safety, occupational health, and workers' compensation program. Sub-factor 3: MANAGEMENT - The offeror will be evalated on the realism of the management support of the contract including its ability to coordinate with OASAM and DOL agency safety and occupational health managers and workers' compensation coordinators. The offeror will be evaluated on how it shall handle responsiveness to DOL, OASAM, and OWSH requirements and its ability to respond quickly to remedy problems that may arise, or are brought to their attention by the Program Manager or COTR or CO. Sub-factor 4: START-UP/PHASE-OUT PLAN - The offeror shall submit a plan which includes a Start-up Plan which contains a reasonable, realistic approach for assuming full contractual responsibility without disruption or degradation of performance during the start-up period. The plan shall identify risk, propose appropriate mitigation strategies, proposes a realistic, achievable and affordable start-up schedule and staffing plan. The plan shall ensure sufficient resources are on hand and available to begin work under this requirement. It shall include a statement that the personnel proposed are available, trained, and qualified to perform the work under this effort. In addition the government will evaluate the Phase-Out Plan submitted by the offeror based on how it demonstrates the offeror's ability to enable a smooth transition to replacement services when the contract period of performance ends. Sub-factor 5: QUALITY MANAGEMENT PLAN - Offeror shall submit a Quality Management Plan. This proactive plan shall include both a Quality Control and Quality Assurance Plan to ensure that project deliverables are complete, correct, and of acceptable quality (quality control) and that they have a documented and well-reasoned process for developing project deliverables (quality assurance). The Government shall incorporate the QCP in the contract that will result from this solicitation. The QCP will no longer be considered proprietary and will be considered releasable under FOIA. Sub-factor 6: SAMPLES - The offeror will be evaluated on samples of the following deliverables developed for similar work: workplace inspection report, accident/incident investigation report, job hazard analysis, safety & occupational health training developed and delivered by offeror (outline, training objectives, course agenda), workers' compensation training developed and delivered by offeror (outline, training objectives, course agenda), safety bulletins or other outreach material, industrial hygiene report, report of ergonomic assessment, contractor activity status report. (ii) VOLUME II- PAST PERFORMANCE: The Government will evaluate past performance of three (3) current or previous contracts for current relevancy with (3 years) based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire, Attachment 1. Offeror's shall distribute the questionnaire included in the solicitation as an attachment to their references so the form can be completed and submitted directly to the Government. This volume shall be organized into the following sections: (1) Section 1 - Contract Descriptions. This section shall include the following information in the following format: (a) Contractor/Subcontractor place of performance, DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, e-mail address, and telephone and fax numbers). (b) Government contracting activity, and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers. (c) Government's technical representative/COR, and current e-mail address, telephone and fax numbers. (d) Government contract administration activity and the Administrative Contracting Officer's name, and current e-mail address, telephone and fax numbers. (e) Government contract administration activity's Pre-Award Monitor's name, and current e-mail address, telephone and fax numbers. (f) Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also. (g) Contract Type (specific type such as Fixed Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc)). (h) Awarded price. (i) Final or projected final price. (j) Original delivery schedule, including dates of start and completion of work. (k) Final or projected final delivery schedule, including dates of start and completion of work. (2) Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed in Section 1 describing the objectives achieved and detailing how the effort is relevant to the requirements of this solicitation. •(a) For any contracts that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective action(s) taken to avoid recurrence. The offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. All Requests for Deviation and Requests for Waiver shall be addressed with respect to causes and corrective actions. The offerors shall also provide a copy of any Cure Notices or Show Cause Letters received on each contract listed and a description of any corrective action implemented by the offeror or proposed subcontractor. The offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. (3) Section 3 - New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. (4) Past Performance Questionnaire. The offeror shall complete Part I of the Past Performance Questionnaire and e-mail the questionnaire to the Government and private sector technical representative responsible for the past/current contract. The POC's shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contract Specialist, Mr. Ronald Jordan at Jordan.ronald@dol.gov no later than 1:00PM, Eastern Time, 30 July 2010. The offeror shall also e-mail to the Contract Specialist a list of all the POC's who were sent a questionnaire. The Government must receive this list no later than 1:00PM, Eastern Time, 30 July 2010. The POC List shall be submitted in Word for Windows Table Format to include the following fields: Solicitation Number; Company Name; Contract Number; Government Agency; POC Last Name, First Name; POC Title; POC Telephone Number; POC E-Mail Address; Date E-Mailed to POC (month/day). Please note, that the Past Performance Questionnaire will not be a part of the resultant contract. (iv) VOLUME III- PRICE. The offeror shall complete the Schedule of Supplies/Services Attachment (Attachment 2), with pricing for the base year and each option period. The offeror's price proposal should include a breakout of the proposed labor categories and the fully loaded hourly labor rates. Hourly rates shall be rounded to the nearest whole cent. "Fully loaded labor rates" are defined as direct labor hours at specified fixed hourly rates that include wages, overhead, G & A and profit. The offeror's price proposal shall be mapped to the proposed labor mix. The offeror's shall not propose a price for the Other Direct Costs-Travel CLINs. Other Direct Costs-Travel shall be reimbursed in accordance with FAR 31.205-46 and the Federal Travel Regulation (FTR). Attachment 2 is already populated with the required Key Personnel (Program Manager, Safety and Occupational Health Specialist, and Workers Compensation Specialist labor categories). Offerors are required to insert the number of hours for each labor category, hourly rate, and extended total ("amount"). If multiple labor positions of the same labor category are bgeing proposed (i.e. 2 Safety and Occupational Health Specialists), they should be included as separate Contract Line Item Numbers (CLINs). For example: 0001 Program Manager 0002 Safety and Occupational Health Specialist 0003 Safety and Occupational Health Specialist 0004 Safety and Occupational Health Specialist 0005 Workers compensation Specialist Additional labor categories may also be proposed if offerors determine them necessary for contract performance. This solicitation specifies that FAR 52.222-41, Service Contract Act (SCA) of 1965, and related SCA clauses, apply to this acquisition. These clauses are included in the event the successful offer proposes SCA applicable labor categories for the performance of this contract. The most recent Wage Determination is also provided in this solicitation as Attachment 3 for this purpose. Travel will likely be included in the resulting contract; however offerors shall not include pricing for travel in their proposal. Travel will be included as a reimbursable line item if determined necessary. (v) VOLUME IV - SOLICITATION, OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS. Certifications and Representations - Each offeror shall complete (fill-in and signatures) FAR 52.212-3, Offeror Representations and Certification (Attachment 3). An authorized official of the firm shall sign a acknowledgement of the solicitation and all amendments. An Acrobat PDF file shall be created to capture the signatures for submission. •I. DELIVERY OF OFFERS Offers are due NLT 1:00PM, Eastern Time, 30 July 2010 •1) Offerors shall submit on CD-Rom a redacted copy and an unredacted copy of each volume along with the hardcopy using the following delivery methods for delivering offers: •2) EXPRESS MAIL/COMMON CARRIERS: Offers submitted by express mail services (FEDEX, UPS, DHL, etc.) shall be submitted to: Mr. Ronald Jordan U.S. Department of Labor OASAM-OPS, Room S-4307 200 Constitution Avenue, NW Washington, DC 20210 NOTE: Delivery of express mail services at the DOL is not reliable and usually arrives one to two days AFTER the schedule delivery date. If the offeror intends to use express mail service, it is recommended to have delivery scheduled for one to two days BEFORE the RFP due date. •3) U. S. POSTAL SERVICE CHANNELS (Highly discouraged): Offers submitted through US Postal Service shall be mailed to the following address: Mr. Ronald Jordan U.S. Department of Labor OASAM-OPS, Room S-4307 200 Constitution Avenue, NW Washington, DC 20210 NOTE : Because of tightened security measures, this method of delivery is strongly discouraged. Packages arriving through postal service are screened and are opened prior to receipt at OPS. These actions and other uncertain delays are probable and outside the control of OPS. Any package received by OPS through postal channels after the due date will be returned to the offeror in the same condition in which it was received. The contents will not be evaluated and therefore, be ineligible for award. 4) HANDCARRIED PROPOSALS. Hand carried proposals must be addressed to Mr. Ronald Jordan, Room S-4307, and received by the U.S. Department of Labor, Francis Perkins Building, Office of Procurement Services, located at 200 Constitution Ave, NW, Washington, DC 20210. The package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Offerors are cautioned that the U.S. Department of Labor, Francis Perkins Building has visitor control procedures requiring individuals not affiliated with the building to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass, if necessary, andarrive at the Office of Procurement Services PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." Under paragraph "(c)" of this clause entitled " submission of offers ", the following addenda is provided: The offeror agrees to hold the prices in its offer firm for sixty (60) days from the date specified for receipt of offers. (viii) The following describes the evaluation procedures to be used to evaluate offers: Basis for Award. The Government anticipates the award of a single Labor Hour Type Contract from this solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government based on the best overall proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three evaluation factors : {Technical, Past Performance, and Price}. Factor I, Technical is significantly more important than Factor II, Past Performance. All subfactors under Factor I, Technical are of equal importance. The Contracting Officer shall also conduct a price analysis to determine price fair and reasonableness. Technical and Past Performance, when combined, are significantly more important than price. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, and its associated sub-factors. (i) TECHNICAL - The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. Sub-factor 1: UNDERSTANDING OF THE REQUIREMENT - The offeror's proposal will be evaluated for the level of completeness, understanding of project requirements, and adequacy of the proposal submitted for this requirement. The proposal should describe how the offeror intends to perform the service(s) required in the SOW to include every Task and Deliverable Sub-factor 2: TECHNICAL CAPABILITY - The offeror will be evaluated on its ability to perform the required services as specified in the SOW. Offerors will be evaluated on the capability to provide the required skilled labor, materials and equipment to accomplish the technical effort of supporting the DOL workplace safety, occupational health, and workers' compensation program. Sub-factor 3: MANAGEMENT - The offeror will be evalated on the realism of the management support of the contract including its ability to coordinate with OASAM and DOL agency safety and occupational health managers and workers' compensation coordinators. The offeror will be evaluated on how it shall handle responsiveness to DOL, OASAM, and OWSH requirements and its ability to respond quickly to remedy problems that may arise, or are brought to their attention by the Program Manager or COTR or CO. Sub-factor 4: START-UP/PHASE-OUT PLAN - The offeror shall submit a plan which includes a Start-up Plan which contains a reasonable, realistic approach for assuming full contractual responsibility without disruption or degradation of performance during the start-up period. The plan shall identify risk, propose appropriate mitigation strategies, proposes a realistic, achievable and affordable start-up schedule and staffing plan. The plan shall ensure sufficient resources are on hand and available to begin work under this requirement. It shall include a statement that the personnel proposed are available, trained, and qualified to perform the work under this effort. In addition the government will evaluate the Phase-Out Plan submitted by the offeror based on how it demonstrates the offeror's ability to enable a smooth transition to replacement services when the contract period of performance ends. Sub-factor 5: QUALITY MANAGEMENT PLAN - Offeror shall submit a Quality Management Plan. This proactive plan shall include both a Quality Control and Quality Assurance Plan to ensure that project deliverables are complete, correct, and of acceptable quality (quality control) and that they have a documented and well-reasoned process for developing project deliverables (quality assurance). The Government shall incorporate the QCP in the contract that will result from this solicitation. The QCP will no longer be considered proprietary and will be considered releasable under FOIA Sub-factor 6: SAMPLES - The offeror will be evaluated on samples of the following deliverables developed for similar work: workplace inspection report, accident/incident investigation report, job hazard analysis, safety & occupational health training developed and delivered by offeror (outline, training objectives, course agenda), workers' compensation training developed and delivered by offeror (outline, training objectives, course agenda), safety bulletins or other outreach material, industrial hygiene report, report of ergonomic assessment, contractor activity status report. (ii) PAST PERFORMANCE: The Government will evaluate past performance of three (3) current or previous contracts for current relevancy with (3 years) based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire, Attachment 1. Offeror's shall distribute the questionnaire included in the solicitation as an attachment to their references so the form can be completed and submitted directly to the Government. (iii) VOLUME III- PRICE. The offeror shall complete the Schedule of Supplies/Services Attachment (Attachment 2), with pricing for the base year and each option period. The offeror's price proposal should include a breakout of the proposed labor categories and the fully loaded hourly labor rates. Hourly rates shall be rounded to the nearest whole cent. "Fully loaded labor rates" are defined as direct labor hours at specified fixed hourly rates that include wages, overhead, G & A and profit. The offeror's price proposal shall be mapped to the proposed labor mix. The offeror's shall not propose a price for the Other Direct Costs-Travel CLINs. Other Direct Costs-Travel shall be reimbursed in accordance with FAR 31.205-46 and the Federal Travel Regulation (FTR). Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in the solicitation. No adjectival ratings will be used to evaluate Factor III, Price. Pricing will be evaluated for Fair and Reasonableness. Adjectival Ratings. The following adjectival ratings will be used: Factor I- Technical, will be rated using the following Adjectival Scale ADJECTIVE DEFINITION Outstanding A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Factor I-, Past Performance, will be rated using the following Adjectival Scale ADJECTIVE DEFINITION Low Risk Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Medium Risk Some doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. High Risk Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Unknown Risk Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). Award : 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. (ix) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in Section (b) of this clause are also applicable to this acquisition. 52.203-6, Restrictions on Subcontractor sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-27, Notice of Total Services-Disabled Veteran-Owned Small Business Set-aside (May 2004); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-54, Employment Eligibility Verification (Jan 2009); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.222-41, Service Contract Act of 1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (xii) The following additional contract requirements/terms and conditions/clauses, apply to this acquisition. FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Sep 2007) applies to this acquisition; The following DOL Procedures for Personal Identity Verification (PIV) of Contractor Employees Performing Under Department of Labor Contracts (sept 2007) applies to this acquisition: (a) For all new contract employees being assigned to on a DOL controlled facility for more than 6 months or who will have access to a DOL information system, the contractor shall follow the DOL Procedures DOL Policy For PIV Card Issuance For New Federal Employees and Contractors (HR/SC 10/20/05) para E.2. (b) The contractor shall notify the COTR of a new employee meeting the criteria requiring a PIV five days before the report day. If notification can not occur in 5 days - the contract shall include a brief explanation as to why when they submit the notification and mark it for expedited handling. (c) The contractor shall: (1) determine the level of security required for the employee, and submit the determination for concurrence of the COTR, (2) Ensure they have all required documents and approvals from the COTR for each contractor employee requiring PIV review (3) Obtain the location for PIV processing and coordinate the time of reporting with the COTR so an escort can be arranged. (d) Have the employee report, with all required documents to the reporting location at the time agreed to by the COTR. Upon submission of required PIV documents, the employee will be granted temporary access. If the required forms are not submitted, no access will be granted and no claim against the Government will occur. (End of Clause) FAR 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. Insert "The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of the expiration of the contract"; FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition. Insert the following in section "(a)" of this clause "The Government may extend the term of this contract by written notice to the Contractor within 30 days of the expiration of the ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension". Insert the following in section "(c)" of this clause "The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. FAR 52.224-1, Privacy Act Notification (Apr 1984) applies to this acquisition; FAR 52.224-2, Privacy Act (Apr 1984) applies to this acquisition; FAR 52.232-18, Availability of Funds (Apr 1984) applies to this acquisition ; FAR 52.237-3, Continuity of Services (Jan 1991) applies to this acquisition ; Executive Order 13495, Nondisplacement of Qualified Workers Under Service Contracts (January 30, 2009) applies to this acquisition. DOLAR 2952.201-70, Contracting Officer's Technical Representative (COTR) (May 2004) applies to this acquisition. The name of the COTR will be inserted at time of contract award. The following "Key Personnel" clause applies to this acquisition: "KEY PERSONNEL The personnel specified below, or in attachment to this contract, are considered to be essential to the work being performed herein. Prior to diverting, removing, or replacing any of the specified individuals to other programs, the Contractor shall notify the Contracting Officer and the Contracting Officer's Technical Representative (COTR) in writing, no less than14 business days in advance (or as soon as the contractor is informed that an employee is leaving if given less than 14 business days notice) and shall submit justification (including the names and qualifications of the proposed substitute(s)) in sufficient detail to permit evaluation of the impact on the services rendered under this contract. The proposed substitute(s) shall possess qualifications equal to or superior to those of the key personnel being replaced. No diversion shall be made by the Contractor without the written consent of the Contracting Officer. The list below, or attachment to this contract, may be amended from time to time during the course of the contract to either add or delete personnel, as appropriate. For this purpose of this contract, the key personnel positions are identified below as: POSITION: NAME OF KEY PERSONNEL: Program Manager Safety and Occupational Health Specialist Workers Compensation Specialist No increase in salary rates will be allowed when key personnel substitution is authorized by the Contracting Officer." (xiii) See section (vii), Instruction to Offerors, of this solicitation for proposal delivery information. (xiv) Information regarding this solicitation, including questions regarding this solicitation must be submitted in writing via email to Mr. Ronald Jordan at Jordan.ronald@dol.gov. Telephone calls will not be accepted. ALL QUESTIONS REGARDING THIS SOLICITATION MUST BE RECEIVED NLT 1:00 PM, EASTERN TIME, 21 JULY 2010. QUESTIONS RECEIVED AFTER THIS DATE/TIME WILL NOT BE CONSIDERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RP21020/listing.html)
 
Place of Performance
Address: 200 CONSTITUTION AVE, NW, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02204618-W 20100715/100713235532-4a425fed37d78cfbb6b22e8efef6becd (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.