Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOURCES SOUGHT

B -- Industrial Hygiene - SOW

Notice Date
9/10/2019
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
1638-DEC-20-NAT-0001
 
Archive Date
10/17/2019
 
Point of Contact
Jeremy B. Keator, Phone: 2026934579
 
E-Mail Address
keator.jeremy.b@dol.gov
(keator.jeremy.b@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Statement of Work REQUEST FOR INFORMATION (RFI) Introduction and Purpose of the RFI The U.S. Department of Labor (DOL), Office of Workers' Compensation Programs (OWCP) is requesting information from vendors regarding their capability to provide quality professional opinions in the area of industrial hygiene that is based on historical occupational safety and health data, the application of specialized knowledge relating to the field of industrial hygiene, and prepare a written opinion concerning the extent, nature and duration of employee exposure to occupational toxic substance(s). In addition, information is sought on the vendor's ability to provide quality professional opinions in the area of toxicology using scientific journal articles, epidemiological records, and other medical health science information. The purpose of this RFI is to gather information that will assist the OWCP in evaluating vendor capability of executing contract certified industrial hygiene and toxicology analysis and opinions. This RFI will help the OWCP assess whether the marketplace has vendors capable of supplying the required services and whether the vendor is capable of providing trained, professionally-certified and qualified staff to manage these services per the scope of work in the draft statement of work (SOW). This RFI does not intend to obligate the OWCP to contract out these services. It is intended solely for the purpose of gathering information. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541620, "Environmental Consulting Services." This requirement is currently in the 8(a) Business Development Program. Background The Division of Energy Employee's Occupational Illness Compensation (DEEOIC) provides benefits authorized by the Energy Employees Occupational Illness Compensation Program Act (EEOICPA). Under the Office of Worker's Compensation Programs (OWCP), the DEEOIC is responsible for the adjudication and administration of claims. The division includes: • Four (4) District Offices that adjudicates claims. These offices are located in Cleveland, Ohio, Denver, Colorado; Jacksonville, Florida; and Seattle, Washington. The principle function of each district office is to review claims to determine eligibility for benefits. • The National Office of the DEEOIC is located in Washington, D.C. This office provides planning, budgeting, performance measures, accountability evaluations, policies and procedures, and central medical bill processing. General Requirements • Develop a tool for recruitment and oversight of Certified Industrial Hygienists and Toxicologist providing case review. • Knowledge, experience and expertise with nuclear industrial hygiene and toxicology as it relates to Department of Energy (DOE) facilities. • Ensure the Industrial Hygienist and Toxicologists meet the professional qualifications. • Comply with the applicable provisions of the Privacy Act of 1974 and assure the security and confidentiality of claimant's medical records. Responses to this RFI shall include the following: The OWCP is requesting information from vendors regarding industry practice and vendor capabilities to provide Industrial Hygiene and Toxicology analysis related to work place exposures. 1. Provide company information including: a. Company name, address, and DUNS number b. Size of company (number of personnel, total revenue, ownership, parent corporation, etc.) c. Point(s) of contact including name, phone number, address, and email; length of time in business d. Geographic presence e. Core set of services f. Small business/Socioeconomic status (if applicable) g. Federal Supply Schedule/GWAC information (if applicable) 2. Describe prior experience and expertise with nuclear industrial hygiene and toxicology, preferably with DOE facilities. 3. Confirm staffing of qualified Industrial Hygienist certified by the American Board of Industrial Hygiene and a Toxicologist with a PhD or certified by the American Board of Toxicology in toxicology and/or epidemiology. 4. Identify conditions or issues requested in the RFI that cannot be met or may interfere with the intention of this project. 5. Provide information on industry-standard performance measures and service-level agreements. 6. Please describe any questions, comments, or feedback you may have on the draft SOW. The Government will not provide responses to questions or feedback received on the SOW. Rather, the information may be taken into consideration in the preparation of final solicitation documents. 7. Provide any other pertinent information that will assist us in this assessment. All contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM). The website for registration is www.sam.gov. All qualified vendors including small businesses are invited to participate in this Request for Information. This requirement is currently in the 8(a) Business Development Program. How to Respond Responses to this RFI must be no more than twenty-five (25) letter sized (8.5 x 11) pages in length using the standard margins and font. Responses that send sales material will not be assessed. All responses must clearly demonstrate that the respondent has the capabilities, experiences, qualifications and skills to meet the requirements listed in the draft statement of work. Responses consisting of marketing material will not be reviewed. All responses are to be submitted electronically to the DOL contract specialist provided below in Microsoft Word format by 5:00 PM Eastern Time (ET) on October 2, 2019. Hard copy responses will not be accepted. Send the email responses to: Keator.Jeremy.B@DOL.GOV. Phone calls will not be accepted nor returned. Disclaimer This Request for Information (RFI) is issued solely for information and does not constitute a solicitation. RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with this RFI response. For the purposes of this RFI, the term "vendor" refers to those members of the industry providing a response to this RFI. Payment will not be provided for information obtained in this RFI, nor will it be returned. Respondents will not be notified of the RFI assessment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/1638-DEC-20-NAT-0001 /listing.html)
 
Record
SN05437885-W 20190912/190910230935-db8966403c67919cc65c06f187f560c3 (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.