SOLICITATION NOTICE
R -- Exposure Matrices
- Notice Date
- 10/13/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, N5416 200 Constitution Avenue, NW, Washington, DC, 20210-0001
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL069RP20142
- Response Due
- 10/27/2005
- Archive Date
- 12/30/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This is a combined synopsis/solicitation for exposure matrices services for the Department of Labor, Employment Standards Administration. The Government plans to award an Indefinite Delivery/Indefinite Quantity contract established on the basis of firm-fixed rates for labor hour services. This is a Request for Proposals (RFP) DOL069RQ20142. I. BACKGROUND Public Law 106-398, the Energy Employees Occupational Illness Compensation Program Act (EEOICPA) of 2000, as amended (the Act), established a program to compensate nuclear weapons program workers who suffered adverse health effects from exposure to beryllium, ionizing radiation, and other hazards in the course of their nuclear weapons program-related work. The President, in an Executive Order dated December 7, 2000, assigned program implementation responsibilities to various executive departments. The Fiscal Year 2005 National Defense Authorization Act, signed by President Bush on October 28, 2004, abolished Part D of the Energy Employees Occupational Illness Compensation Program Act administered by the Department of Energy (DOE) and replaced it with a new system of federal payments called Part E to be administered by the Department of Labor (DOL). The Division of Energy Employees Occupational Illness Compensation (DEEOIC) has responsibilities under Part E of the EEOICPA to issue decisions concerning whether certain employees of DOE contractors or subcontractors contracted occupational illnesses as a result of exposure to toxic substances in the work environment. It is essential that DEEOIC have accurate, timely, and useful information regarding the toxic substances used at DOE sites throughout the United States. The DEEOIC currently has records from DOE related to: DOE Former Worker Programs (i.e. needs assessments), site reports (i.e. Tiger Team Reports, Environment Safety and Health reports, site history reports), operational safety procedures, environmental impact reports, job descriptions/labor categories, exposure assessment reports, accident investigation reports, field logs, emergency management plans, lists of chemicals utilized at the sites, industrial hygiene records and epidemiological studies. The challenges to developing useful data to identify exposures are considerable. Many of the records do not exist or are not retrievable; some facilities no longer exist and the documentation has been archived; most sites had thousands of toxic substances present. Data may be available from DOE Headquarters, DOE field sites, the Former Worker Program, as well as other locations. Data sources may include industrial hygiene records, occupational medicine records, epidemiology data, personnel records, union records, etc. The Contractor shall also gather information from current and former employees of DOE at the DOE sites. This may be accomplished in a roundtable type discussion. The data currently maintained and the additional data that will be identified and obtained by the Contractor will be used by Claims Examiners to conduct research of DOE facilities and uranium mines and mills as an informational tool to assist with adjudication of claims under the Act. This information will be used to validate information obtained from DOE or from the claimants. The successful Contractor will have extensive institutional knowledge of the current and historical operations performed at the DOE facilities; uranium mines and mills, and be able to relate toxic exposures to this information. The Contractor must have access or the ability to gain access to documents and data that identifies toxic substances used in specific sites or by specific occupations, and to analyze the data and present it in a manner for efficient adjudication of claims. This may include an established contractual relationship with subcontractors such as the Former Worker Program, research universities, or others. Some of this information may be classified and may include data covered under the Privacy Act. The Contractor must have a security clearance with DOE or the ability to obtain a clearance and have secure space to maintain classified documents. The Contractor shall perform field work to complete the data development for the 12 sites currently identified in the government owned database. The Contractor shall identify DOE sites and data for completion of additional 15 sites. The Contractor shall provide a plan for developing data and completing the remaining DOE facilities. II. SCOPE OF WORK The Contractor shall perform field work, analyze data, validate and complete the current data provided by DEEOIC for the 12 sites partially developed in the database. The Contractor shall research additional sites, identify the data collection tools/locations, and provide recommendations to the DEEOIC as to which order the sites should be developed. The Contractor shall query current and former workers of DOE to assist in enhancing the data. The DEEOIC will review and approve the order of site development to include completion of 15 additional sites. The contractor shall provide recommendations for records that should be utilized for the exposure matrices and develop the data input. The Contractor shall research and identify occupations at covered DOE sites, building numbers where particular types of work were performed, and the toxic substances present at the sites. The Contractor shall further identify the timeframes during which particular toxic substances were present and the diseases related to those toxic substances. The Contractor shall establish Quality Control procedures for validating data. The Contractor shall develop and submit a plan for completing the exposure matrices for the remaining DOE facilities. III. METHOD OF TASKING The Contractor shall perform in accordance with the requirements in this Statement of Objectives, as supplemented by Technical Direction issued by the Contracting Officer?s Representative. IV. PERFORMANCE REQUIREMENTS The Contractor shall complete data development and entry for the 12 DOE sites currently populated in the government owned database. The Contractor shall enhance the current data elements by obtaining additional documentation. The Contractor shall identify the process for obtaining the data. The Contractor shall establish a roundtable type discussion with current and former employees of DOE to gather information and data that may assist in identifying additional toxins at DOE sites. The Contractor shall recommend additional data categories. The Contractor shall research DOE sites for inclusion of 15 additional sites in the matrices and provide a recommendation for development of data elements. The Contractor shall research and develop the data, and enter the data only after DOL?s approval of the list. The Contractor shall develop a data validation process and a Quality Control Plan to ensure the data being added to the exposure matrices is accurate and valid. The Contractor shall develop a plan identifying which DOE sites should follow in data development. The plan shall include the research options and the tools for obtaining data to populate the exposure matrices database. Performance Objective 1 The Contractor shall identify gaps in the current data for the 12 existing sites and establish a strategy for obtaining the additional data. The Contractor shall obtain the required data and provide it electronically in a format that can be uploaded into the DOL database. Performance Measure 1A The Contractor shall research DOE data, Former Worker Program data, contact DOL National Office employees and the DOE Former Worker Program, as well as identify other reliable resources, to obtain additional data. The Contractor shall query current and former workers of DOE to obtain information. Performance Objective 2 The Contractor shall identify additional DOE sites and uranium mines and mills that should be researched and developed. The Contractor shall present a list of the sites, in order of preferred development with rationale, to the DEEOIC for concurrence. After DEEOIC approval of 15 sites, the Contractor shall develop the elements and provide the data to DEEOIC for each site. The Contractor will update the government owned database with the data approved by DEEOIC. If the Contractor has difficulty researching and developing supporting data for any elements in the database, they shall notify the DEEOIC as soon as possible to develop a plan of action. Performance Measure 2A The Contractor shall research DOE data, Former Worker Program data, contact DOL National Office employees and the DOE Former Worker Program, as well as identify other reliable resources, to develop data in support of populating the database. Performance Objective 3 The Contractor shall establish a process for obtaining thorough data, and develop a data validation process and a Quality Control Plan to ensure accuracy. Performance Measure 3A The Contractor shall be able to demonstrate the validity of the data submitted. Performance Objective 4 The Contractor shall establish a plan for completing the exposure matrix. The completed matrix will include data for the remaining DOE sites. Performance Measure 4A The Contractor shall utilize data provided by DEEOIC and Contractor?s past experiences to develop a plan for completing the exposure matrix. Failure to meet the performance measures will result in the Contractor correcting deficiencies at no additional cost to DOL. V. DELIVERABLES 1. Provide a report that identifies new data in accordance with Performance Objective 1. 2. Provide a list of DOE sites for research and development in accordance with Performance Objective 2. 3. Provide raw data for each site in accordance with Performance Objective 2. 4. Provide monthly updates to government owned database in accordance with Performance Objective 2. 5. Provide a report identifying issues with obtaining data to populate the DOL database in accordance with Performance Objective 2. 6. Provide a project plan that outlines resources for data, methodology in obtaining and validating the data. 7. Provide a Quality Control Plan 8. Provide a plan for completing exposure matrix in accordance with Performance Objective 4. VI. ESTIMATED PERIOD OF PERFORMANCE Estimated period of performance is from award through 12 months thereafter, with three option years. VII. FORMAT OF PROPOSALS: Proposals must contain: 1) the name, address, and telephone number of the offeror; 2) Representations and Certifications at FAR 52.212-3; 3) separate technical proposal that addresses all SOW technical requirements; 4) separate cost proposal that includes a price schedule with prices for each line item task and provide a fully loaded rates for each labor category; and 5) identification of at least 3 references, preferably references that include other government entities, professional services organizations. Offerors must preface their proposals by an Executive Summary that ties in or correlates their technical proposal with the specific SOW criteria contained within this FedBizOpps notice. The proposal must be signed by an official authorized to bind the offeror. Offerors that fail to furnish required Representation and Certifications or reject the terms and conditions of the solicitation may be excluded from consideration. VIII. PRICE SCHEDULE. The contractor shall provide the necessary personnel. The labor category will be acquired on a firm fixed price basis: 1 Project Manager ? estimate 1,840 hours, 5 Senior Safety & Health Analysts ? estimate 9200 hours, 2 Safety & Health Analysts ? estimate 3,680 hours, and 1 Administrative Assistant ? estimate 1,840 hours. IX. SOURCE SELECTION AND EVALUATION CRITERIA: FAR 52.212-2, Evaluation--Commercial Items. This is a best value procurement. The best value will also be based on Small Business Cascading Evaluation Preference. (1) Offers are solicited from small and large business under a two-tiered solicitation. (2) Offers from all small business will be considered for award prior to any offers from large business. (3) If an acceptable offer is received from a small business, award will be made to a small business under the first tier. If an acceptable offer is not received from a small business, offers from large businesses will be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the government, price and other factors considered. Proposals will be evaluated by applying the following factors: 1) Understanding of the Requirements and the work to be performed. The specific work that is required is broken up into two tasks. The first involves identifying missing data or inconsistencies in the data currently maintained by the DEEOIC and researching appropriate locations in order to obtain the data. The second consists of identifying additional work sites that should be developed and researching appropriate locations (physical or through interviews) to gather the data elements. The Contractor must show they understand the need for the data categories and that they are able to technically and structurally develop and maintain the data. The Contractor must demonstrate that they are capable of maintaining operational control of the government owned web-based database. 2) Technical approach and methodology. The Contractor must show how they intend to perform the research component of the task and the methodology they would use for ensuring accurate and valid data. This includes research options, relationships with other entities, etc. The methodology must consider efficiency in obtaining the data. The Former Worker Program (FWP) has performed site assessments and may have valuable information that can be used to backfill data for certain sites. The Contractor shall identify relationships with the Former Worker Program and intentions for utilizing the FWP source data. The Contractor must identify an approach to gathering data from current and former workers of DOE sites. The Contractor must be capable of understanding the Program requirements to propose methods for enhancing the exposure matrices. The Contractor must identify the methodology for maintaining security measures and identify their change control process for database enhancements. The Contractor must demonstrate they understand the importance of validating data and data integrity, and include a strawman for a Quality Control Plan. The Contractor must have a security clearance with DOE or be able to obtain a clearance to access classified information that may be needed to fulfill data requirements. DOL may or may not be able to assist. The Contractor must demonstrate they have the knowledge and experience to prevent disclosure of classified information. The Contractor will be given a higher rating if they are already cleared to maintain classified documents. The proposals will be evaluated on their depth, completeness, practicality for obtaining data, and understanding of data integrity. 3) Qualifications and experience of individual staff. The staff supporting this task must have research and analytical skills. The staff must have experience with DOE records, medical screening records, toxicology information, and all elements related to developing site profile type data. The Contractor must employ staff efficient in Microsoft products and web-based databases. The Contractor must have staff that can work with the DOE Former Worker Programs to determine required components of the site profile. The Contract staff must have extensive institutional knowledge of the current and historical operations performed at DOE sites, uranium mines and mills in order to build an accurate relationship between site, building, occupations present and the timeframe, toxins present, illnesses resulting from exposure. 4) Firm?s experience with medical screening program. The Contractor must identify the tools for obtaining the data and describe established relationships to provide assurance to DEEOIC that key stakeholders will be involved in the data collection process. Key stakeholders may include the Former Worker Program, medical screeners, etc. The proposals will be given more weight for identifying established relationships with key stakeholders. For this solicitation, technical quality is more important than cost or price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. X. APPLICABILITY OF FAR PROVISIONS: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 - Instructions to Offeror Commercial Items. Addendum paragraph (h) Multiple Awards, delete in its entirety, the government plans to award a single contract resulting from this requirement. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far). FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. FAR 52-212-4 - Contract Terms and Conditions-Commercial Items, Conditions. Proposals will be evaluated in accordance with FAR Provisions 52.212-2, Evaluation of Commercial Items, price and other technical factors considered. And FAR 52.227-14, Rights in Data- General; (By reference) XI. SUBMISSION OF OFFEROR?S TECHNICAL QUESTIONS. Offerors must submit all questions concerning this synopsis/solicitation in writing to Paula Miller-Sheelor (Contract Specialist) by October 17, 2005. DOL will only respond to firms questions in writing. Offerors questions will be responded to in an amendment to this notice. XII. POINT OF CONTACT. Paula Miller-Sheelor (Contract Specialist), Department of Labor, Office of Procurement Services, Room N5416, 200 Constitution Avenue, NW, Washington, D.C. 20210. Telephone: 202-693-4598, FAX 202-693-4750 Email: (Sheelor.paula@dol.gov) XIII. SUBMISSION OF OFFERS. Proposals must be submitted in two (2) physically separate and detachable (hardcopies or electronic files) parts; Part 1-Technical Proposal and Part 2-Cost Proposal and past performance. If the offeror elects to submit proposals in hardcopy, an original and 5 copies of both the technical and cost proposals and past performance must be submitted. Proposals are due with no exceptions unless this requirement is formally extended, on or before 2:00 pm (EST) October 27, 2005 to: The Department of Labor, Office of Procurement Services, 200 Constitution Avenue, Room N5416, Washington DC 20210, Attn: Paula Miller-Sheelor (Contract Specialist) RFP No. DOL069RP20142. XIV. ELECTRONIC AND HANDCARRIED PROPOSALS. Electronic and handcarried proposals will be considered. All offers shall be clearly marked with the Solicitation Number, offeror name, address, point of contact and phone number. FACSIMILE TECHNICAL AND COST PROPOSALS WILL NOT BE ACCEPTED. THE RESPONSIBILITY TO RECEIVE THE SOLICITATION REQUIREMENTS INCLUDING AMENDMENTS AND TO DELIVER PROPOSALS ELECTRONICALY WILL BE THE SOLE RESPONSIBILITY OF THE OFFERING OR REQUESTING FIRM.
- Place of Performance
- Address: Washington, DC
- Zip Code: 20210
- Country: USA
- Zip Code: 20210
- Record
- SN00915193-W 20051015/051013211801 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |