Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

66 -- Audiometric Surveillance Software

Notice Date
3/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
MSHA031309
 
Archive Date
4/4/2009
 
Point of Contact
Robert N Beaty,, Phone: (202) 693-9836
 
E-Mail Address
beaty.robert@dol.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is the Request for Proposals. No other solicitation will be issued. The provisions and clauses incorporated into this document are those in effect through Federal Acquisition Circular 2005-03. The Mine Safety and Health Administration (MSHA) is developing a web-based mine emergency application and is seeking a vendor to provide a national web service for yellow-pages and mapping capabilities. The application will enable users to locate a wide variety of equipment and service providers that may be needed to respond to a mine emergency in the United States. Users will be able to locate potential service providers within a radial distance to any of our nation's mines and retrieve basic business location information such as address and phone number. The locations must be graphically displayed on a map. Specifically, MSHA is seeking sources to provide the following: The Mine Safety and Health Administration (MSHA) requires Off the Shelf (OTS) Audiometric Surveillance software to interface with computers at Federal Occupational Health (FOH) units and MSHA headquarters (Windows XP or later). The software shall provide the following capabilities: • Data Entry forms for employee demographics, hearing history, and audiogram data • Meets federal requirements for protecting PII • Manage audiometric data for MSHA employees enrolled in the Hearing Conservation Program (at least 2,000 individuals) • Direct interface with audiometers with no modifications • Disable age correction (MSHA does not use age correction when determining STS) • Calculate standard threshold shifts (STS) automatically when new data entered • Flag any possible STS for further review and/or referral • Transmit audiogram data electronically to on-staff Occupational Audiologists for review and forward findings electronically to MSHA headquarters within 3 business days. • Establish baseline results for left and right ear • Generate notification of hearing test results by employee/district/region/etc. • On-site software orientation • IT Support provided at no cost, utilizing email and phone contact information • Generate and share reports, at no additional cost, to help: o Identify possible/confirmed STS o Determine OSHA reportable hearing loss o Identify employees who require refitting of hearing protection and retraining in hearing loss prevention o Schedule/Track annual testing of employees enrolled in HCP o Note: Require ability to edit/create individualized reports/letters Award shall be made to that proposal that provides the best value to the government considering price and other factors. Other factors to be considered include the degree to which the software meets the above capabilities. Interested parties should forward a response addressing the above requirements, all pricing information, and any other relevant information to the contracting officer no later than 3:00 pm EDT Friday, March 20, 2009. Electronic responses are preferred and may be directed to the contracting officer at beaty.robert@dol.gov.. MSHA will not reimburse any costs relative to responding to this notice and solicitation. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items, (see above) 52.212-3, Offeror Representations and Certifications-Commercial Items. The offeror is required to submit a completed copy of these provisions with their offer. 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93d5b186844ad1f99a9ad791031b4377&tab=core&_cview=1)
 
Place of Performance
Address: 1100 Wilson Blve, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN01768887-W 20090315/090313215847-93d5b186844ad1f99a9ad791031b4377 (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.