Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2012 FBO #3982
SOURCES SOUGHT

R -- EVALUATION AND ANALYSIS SUPPORT SERVICES

Notice Date
10/17/2012
 
Notice Type
Sources Sought
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
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
DOL131RI21599
 
Point of Contact
Stacy Conaway, Phone: 2026937989
 
E-Mail Address
conaway.stacy@dol.gov
(conaway.stacy@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION For DIRECTORATE OF STANDARDS AND GUIDANCE/OFFICE OF REGULATORY ANALYSIS - EVALUATION AND ANALYSIS SUPPORTS SERVICES This is a REQUEST FOR INFORMATION announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO CONTRACT WILL BE AWARDED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Department of Labor (US-DOL) through the Occupational Safety and Health Administration (OSHA) - National Office has been tasked to solicit and award service contract(s) for the following services: The Occupational Safety and Health Administration (OSHA) engages in surveys and statistical analyses, engineering and industrial hygiene assessments, evaluations of current and potential alternative work place technologies, evaluation of programs and regulations, 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 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. 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, and the Small Business Regulatory Enforcement Fairness Act. Statement of Work The Contractor, in accordance with fully executed Task Orders issued under this contract, shall: (1) Design and conduct surveys and statistical analyses; (2) Conduct engineering and industrial hygiene assessments and analyses of factors and data regarding safety and health risks; (3) Conduct evaluations of current and potential work place technologies; (4) Conduct evaluations of programs and regulations; (5) Utilize safety and health engineering principles and other scientific methods and findings, and develop relevant 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; (6) Conduct research and analyses in support of various OSHA activities and programs, including 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; (7) 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; (8) Prepare materials and systems to help employers comply in the most cost-effective manner with existing and new OSHA regulations; (9) Conduct and review studies and evaluations of OSHA regulatory policy issues, causes of occupational risks and hazards, and opportunities and obstacles to risk reduction, including engineering and technological approaches; (10) Conduct retrospective studies and evaluations of current OSHA programs and standards; and (11) Prepare materials, systems, and analysis to support a national quality assurance program for conducting audits of OSHA programs and field offices. The type of proposed acquisition and set-aside decision(s) to be issued will depend upon the responses to this request for information. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of all members of industry, to include the Small Business Community. The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, Section 8(a), HUBZone, and SDVOSB businesses are highly encouraged to respond to this request for information. The Government is seeking qualified, experienced sources for professional services in the evaluation and analysis support services as described in the functional area discussion above. The contract period of performance is for a 1 base and four options. The total contract capacity is estimated above $5,000,000. The North American Industry Classification System code for this procurement is 541910 which has a small business size standard of $7M. Award will be based on selection of the best value in accordance with Part 15 of the Federal Acquisition Regulation. The official REQUEST FOR PROPOSALS/QUOTES will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this REQUEST FOR INFORMATION shall be limited to 7 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform in the following requirements. 4. The responding firm should identify work with the project title, whether performing the specific work as a prime or subcontractor, beginning and ending dates of project, brief description, and project cost. 5. Each responding firm should include at least three (3) projects specific to conducting evaluations, surveys, assessments and statistical analyses for each specific project in excess of $1,000,000 and completed within the last five years. 6. Firm's Business Size - LB, SB, 8(a), HUBZone, and SDVOSB 7. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. Interested Firm's shall respond to this Request for Information no later than 29 OCT 2012 NLT 11am EST. All interested firms must be registered in https://www.sam.gov to be eligible for award of Government contracts. Email your response to Stacy Conaway, conaway.stacy@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RI21599 /listing.html)
 
Place of Performance
Address: 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02915322-W 20121019/121017234355-3541d0bb4d1c194f74eb1c9785e6cb17 (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.