Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
MODIFICATION

B -- Develop & Validate Firefighter Structural Gloves Sizing System

Notice Date
7/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, West Virginia, 26505
 
ZIP Code
26505
 
Solicitation Number
000HCCJC-2012-48560
 
Archive Date
8/20/2012
 
Point of Contact
Rebecca S Mullenax, Phone: 304-285-5880, Kimberly P Groves, Phone: 304-285-5885
 
E-Mail Address
rmullenax@cdc.gov, kgroves@cdc.gov
(rmullenax@cdc.gov, kgroves@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: Develop and Validate Firefighter Structural Gloves Sizing System SOLICITATION NOTICE: The Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Division of Safety Research (DSR), Protective Technology Branch (PTB), 1095 Willowdale Road, Morgantown, WV 26505, has a requirement to develop and validate firefighter structural gloves sizing system. This requirement is solicited as a total small business. The task is to use the NIOSH firefighter anthropometry database and current literature information to develop and validate a structural gloves sizing system that reflects the modern firefighting population, which includes the following components. 1. Define and identify performance and safety concerns of current firefighter structural gloves configurations and sizing systems. 2. Develop and conduct an experiment to determine tolerance ranges for thermal protection, dexterity, grip, donning/doffing, size accommodation, and donning required ensembles. Gloves that fit too tight may suppress thermal protection and gloves that fit too loosely are impossible for fine dexterity tasks. 3. Develop an improved structural gloves sizing system, based on results from item #2, NIOSH data of 951 2-D hand scans, NIOSH data of "58" 3D hand scans, and other literature information. Question asked: What format will the anthropometric data be provided in? Answer: 2-D hand scans are in.bmp format and 3D scans are in.stl format. 4. Produce a set of prototypes of the newly developed gloves and conduct a validation test along with at least one gloves manufacturer for improved performance, safety, and accommodation capacity of the new design. Question: Of the NIOSH data described in item 3 of the task list, can you provide me information on the number of male and female, career and volunteer firefighters that are included in these data and any other information that characterizes the population that was measured? Answer: A total of 951 firefighters (863 men and 88 women) participated in the study. They were from four US regions: Rockville, MD; Philadelphia, PA; Phoenix, AZ; and Fort Worth, TX. The sample took into account the geographic density of racial/ethnic distributions calculated from the U.S. Census 2000. There are two missing data within each gender group for some body measurements, resulting in a dataset of 861 men and 86 women; their weighted average height was 176.9 cm (SD = 6.7 cm) and mass was 92.9 kg (SD = 14.8 kg) for men, and 166.7 cm (SD = 6.0 cm) and 72.4 kg (SD = 12.9 kg) for women. The 2-D hand scans would provide sufficient information for sizing determination. The 3D-scans (35 men and 23 women) are supplemental for creating hand models. Potential offerors are encouraged to visit NIOSH webpage for other information that characterizes the population that was measured: http://www.cdc.gov/niosh/topics/anthropometry/pdfs/Sizing%20firefighters%20proposal%20core%20part.pdf 5. Complete a report documenting the above process and outcomes using the format of typical peer-reviewed journals in the areas of human factors and ergonomics, which would contain instruction, objectives, methods, results, discussion, and conclusion. Question: Does any of the provided anthropometric data include information or measurements that define the "crotch" locations between individual fingers and the thumb? Answer: Both the 2D and 3D scans show the crotch locations; contractor is to identify and extract information from the scans. 6. Provide NIOSH a set of old design and a set of newly developed prototypes of structural gloves to demonstrate the successfulness of this research to practice case. Question: What relationship does this contract activity have with NFPA 1971, Standard on Protective Ensembles for Structural and Proximity Fire Fighting Protective Clothing and Equipment, which currently sets requirements for firefighter glove sizing? Answer: NIOSH is aware of the need of the information for updating the current NFPA standards and will provide the study results a along with NIOSH internal research outcomes to support the effort. 7. The task should be completed within 12 months from the effective date of the contract. All quotes will be due on July 19, 2012. No verbal or written requests for copies will be accepted. It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet site. No government-wide notes apply. All vendors must be registered in the Central Contractor Registry (CCR) prior to an award of a Federal contract. The website is: www.ccr.gov. All responsible responsive sources may submit an offer which shall be considered by the agency. Please submit bids to Rebecca Mullenax, Purchasing Agent, Reference 000HCCJC-2012-48560, Centers for Disease Control, NIOSH< ATTN: Rebecca Mullenax, Mail Stop General Delivery, 1095 Willowdale Road, Morgantown, WV 26505 or e-mail to RMULLENAX@CDC.GOV or fax to 304-285-6083. Solicitation ~ Non Commercial Service (as of March 25, 2008) 52.204-8 -- Annual Representations and Certifications (Jan 2006) (a) (1) The North American Industry classification System (NAICS) code for this acquisition is ____________ [insert NAICS code]. (2) The small business size standard is ____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) (1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (c) applies. [ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of Provision) 52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). As prescribed in 13.302-5(d), insert the following clause: Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) (Mar 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (v) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (ii) 52.232-1, Payments (Apr 1984). (iii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iv) 52.232-11, Extras (Apr 1984). (v) 52.232-25, Prompt Payment (Oct 2008). (vi) 52.233-1, Disputes (July 2002). (vii) 52.244-6, Subcontracts for Commercial Items (Jan 2011). (viii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Oct 2010) (41 U.S.C. 35-45) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands.) (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities). (viii) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP) will be- (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.) (ix) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use within the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000.) (x) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (xi) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xii) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (Sep 1989) (Applies to fixed-price supplies). (iii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110 247) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United states.) (iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights -- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of Clause) Online Representations and Certification Application (ORCA) (Dec 2005) All potential Contractors are required to complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with registration in the Central Contractor Registration (CCR) database per FAR 4.1102 and FAR 4.1201. Certifications in ORCA are required prior to the submission of contract proposals. (a) Contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors with current contracts shall notify the Contracting Officer in writing when changes are made to ORCA. The representations and certifications are effective until one year from date of submission or update to ORCA. (End of provision) Certification (May 1998) TO BE COMPLETED BY THE OFFEROR: (The Offeror must check or complete all appropriate boxes or blanks in the Representations and Certifications contained herein). The Representations and Certifications must be executed below, by an individual authorized to bind the offeror. The offeror makes the forgoing Representations and Certifications as a part of its proposal. ____________________________________________ ___________________________ (Name of offeror) (Solicitation Number) ____________________________________________ ___________________________ (Signature of Authorized Individual) (Date) _____________________________________________________________________________________ (Typed Name of Authorized Individual) Note: The penalty for making false statements in offerors is prescribed in 18 U.S.C. 1001. (End of provision) Basis of Award - Single Award Subject to the provisions contained herein, award will be made to the single responsive, responsible bidder offering the lowest price. (End of Provision) Basis of Award - Single Award Subject to the provisions contained herein, the Government reserves the right to award on the basis of the initial offer received, without discussions, in accordance with FAR 13.106 -- Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation Award will be made to those acceptable, responsible offerors whose proposal offers the best value to the Government, price and other technical factors considered. (End of Provision) Project Officer (Jul 1999) Performance of the work hereunder shall be subject to the technical directions of the designated Project Officer for this contract. As used herein, technical directions are directions to the Contractor which fill in details, suggests possible lines of inquiry, or otherwise completes the general scope of work set forth herein. These technical directions must be within the general scope of work, and may not alter the scope of work or cause changes of such a nature as to justify an adjustment in the stated contract price/cost, or any stated limitation thereof. In the event that the Contractor feels that full implementation of any of these directions may exceed the scope of the contract, he or she shall notify the originator of the technical direction and the Contracting Officer in a letter separate of any required report(s) within two (2) weeks of the date of receipt of the technical direction and no action shall be taken pursuant to the direction. If the Contractor fails to provide the required notification within the said two (2) week period that any technical direction exceeds the scope of the contract, then it shall be deemed for purposes of this contract that the technical direction was within the scope. No technical direction, nor its fulfillment, shall alter or abrogate the rights and obligations fixed in this contract. The Government Project Officer is not authorized to change any of the terms and conditions of this contract. Changes shall be made only by the Contracting Officer by properly written modification(s) to the contract. The Government will provide the Contractor with a copy of the delegation memorandum for the Project Officer. Any changes in Project Officer delegation will be made by the Contracting Officer in writing with a copy being furnished to the Contractor. (End of Clause) Contracting Officer (a) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. (b) No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) Clauses Included By Reference: FAR Clause Description Application 52.204-7 Central Contractor Registration (July 2006) 52.219-14 Limitations on Subcontracting (Dec 1996) Applies to purchase orders that are set aside for 8(a) 52.219-28 Post-Award Small Business Program Representation. (June 2007) 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) Applies when 52.222-41 is included and the purchase order contains options 52.223-6 Drug-Free Workplace (May 2001) 52.227-1 52.233-3 Authorization and Consent (Dec 2007) Protest After Award (1996) 52.242-15 Stop-Work Order (Aug. 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.243-1 Changes -- Fixed Price (Aug 1987) 52.243-1 Alternate I Applies to all non professional services purchase orders 52.243-1 Alternate III Applies to all professional services purchase orders 52.246-1 Contractor Inspection Requirements (Apr 1984) 52.246-25 Limitation of Liability -- Services (Feb 1997) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) HHSARClause Description Application 352.270-6 HSPD-12 Publications and Publicity Homeland Security Presidential Directive Clause Description Applicable when checked 52.219-3 Notice of Total HUBZone Set-Aside (Jan 1999) 0 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 0 52.219-20 Notice of Emerging Small Business Set-Aside (Jan 1991) 0 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) 0
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/MNIOSH/000HCCJC-2012-48560/listing.html)
 
Record
SN02792118-W 20120704/120702235125-322deb7b4e9854de380f7010eb844950 (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.