Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOURCES SOUGHT

R -- ONSITE SUPPORT FOR SAFETY HEALTH AND ENVIRONMENT

Notice Date
7/19/2012
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND12535526L
 
Response Due
8/3/2012
 
Archive Date
7/19/2013
 
Point of Contact
Richard M Swanson, Contracting Officer, Phone 661-276-3337, Fax 661-276-2904, Email Richard.M.Swanson@nasa.gov
 
E-Mail Address
Richard M Swanson
(Richard.M.Swanson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Dryden Flight Research Center (DFRC) is seeking capability statements from General Services Administration (GSA) Federal Supply Schedule (FSS) contractors. The purpose of this synopsis is to determine whether ON-SITE SUPPORT FOR SAFETY, HEALTH, AND ENVIRONMENTAL (SH&E) OFFICE at NASA/DFRC, Edwards, California and the Dryden Aircraft Operations Facility (DAOF), Palmdale, California (as described below) may be appropriately covered by one or more existing FSS contracts. Only contractors holding current FSS contracts under Special Item Numbers (SIN) Schedule 871 - Professional Engineering Serives or Schedule 899 - Environmental Services will be evaluated. This query may also assist the government in determining the potential extent small, small disadvantaged, 8(a), Historically Underutilized Business Zone (HUBZone), woman-owned, veteran-owned, service disabled veteran-owned small businesses and/or Historically Black Colleges or Universities/Minority Institutions capable of performing this effort. Expected SH&E requirements include the following: 1. Serve as a technical expert on general SH&E issues and act as subject matter expert for assuring compliance with all Federal, State, local, and NASA environmental rules, regulations, directives, and various other instructions issued by higher authorities. 2. Provide technical consultation services, including reviewing and commenting on various technical documents and reports, engineering design drawings, plans, health and safety plans, aircraft ground safety and test plans, hazardous material licenses, material safety data sheets, specifications, policies, procedures, guidelines, handbooks, etc., concerning proposed construction projects, aircraft research projects, environmental remediation or other projects. 3. Provide necessary professional and administrative support to assure implementation and documentation of the following DFRC Safety, Health, and Environmental Program elements: a. Management commitment and employee involvement in the safety, health, and environmental program. This element includes the following: Documented worksite safety policy Established, communicated, and clear safety, health, and environmental goals Full management involvement in the safety, health, and environmental program implementation Full employee involvement in the safety, health, and environmental program Safety, health, and environmental responsibilities assigned and communicated Authority assigned and resources provided Access to professional safety, health, and environmental staff Management and employee accountability Annual self-evaluation reviews Safety, health, and environmental management system documentation and implementation (e.g., ISO 14001, OHSAS 18001) b. System and worksite hazard analysis. Specific Contractor tasks under this element include: Complete and update baseline surveys Perform hazard analysis of new work Conduct hazard analysis of all jobs, i.e. job hazard analysis (JHA) Conduct safety, health, and environmental inspections and track findings to closure Establish and maintain a hazard reporting system Investigate all mishaps and close calls, and assure corrective and preventive action Analyze all injury, illness, and close calls and trend the data for identification and resolution of negative trends c. Hazard prevention and control. This element requires the Contractor to: Establish a hazard identification process and measurements Perform equipment maintenance Conduct emergency preparedness and response planning and training d. Safety, health, and environmental training. Under this element the Contractor shall train: Employees to identify, understand, resolve, and prevent hazards, and certify employee qualifications to perform tasks when required by 29 and 40 Code of Federal Regulations and NASA Standards Supervisors and managers to identify and resolve hazards, report employee work-related injuries and illnesses, and ensure a safe and healthy work environment free of recognized hazards Employees, managers, and supervisors to understand and comply with safety, health, and environmental requirements 4. Develop and recommend implementation of various policies, plans, procedures, and guidelines. Track the status of processes and tasks including, but not limited to: inspections, studies, reports, and surveys, by developing and maintaining metrics as directed. This includes entering data into databases or other appropriate information technology, and interpretation of information to ensure that all program tasks are scheduled as needed to ensure identification and compliance with all regulatory requirements. 5. Maintain Government records including the following: a. Physical maintenance of SH&E facility activity schedules b. Compliance documentation c. Site inspection and survey schedules d. Reports e. Minutes of designated meetings f. Hazardous waste/hazardous materials (HW/HM) g. Pollution prevention h. Air emissions i. Pesticide usage records j. Safety records k. Statistics l. Metrics m. Industrial hygiene survey documentation Records shall be maintained in an organized, accessible manner, in accordance with Federal, State, and local regulations and NASA policy. 6. Coordinate with outside vendors to provide 1) safety, health, and environmental analytical laboratory services, 2) hazardous waste cleanup, transportation, and disposal, or 3) other products or services as required. 7. Provide professional support to employee awareness programs, which may include open houses, fairs, etc. Support shall include planning, coordination, and implementation as directed, and development and distribution of fact sheets, information bulletins, or other documents as needed. 8. Document projects and work assignments, and develop reports, plans, and Standard Operating Procedures (SOPs), as requested by the government. The contractor shall prepare and maintain, at a minimum, a Continuity Folder (CF) in each functional area, detailing the tasks being performed, SOP to be used, information on where files are kept, and samples of standard reports or briefings produced in that function. 9. Provide training and expert interpretation for each functional area as required. The NAICS code for this requirement will be either 541620 - Environmental Consulting Services or 541690 - Other Scientific and Technical Consulting Services, with their respective size standards. No solicitation exists; therefore, please do not request a copy of a solicitation. Offerors who can perform the SH&E effort describe above within the scope of an existing FSS contract, or partnering with a firm holding an existing FSS contract, should submit a capability statement that describes in detail their abilities. It is not sufficient to provide only general brochures or generic information. Please advise if the SH&E effort is considered to be commercial or commercial-type services. These terms are defined in FAR 2.101. The statement (including any attachments) must not exceed 10 pages in length and the size for the statement shall not exceed 12 point. Please submit the capability statement electronically, via e-mail, to the primary Point of Contact (POC) listed below. The capability statement should include the following information: 1. Your companys name, address and telephone number; 2. Average annual revenues for the past 3 years and total number of employees; 3. Number of years in business; 4. Companys government size standard/type classification (large, small, small disadvantaged, 8(a), woman-owned, veteran owned, service disabled veteran-owned, HUBZone business) and applicable NAICS code(s); 5. A cross-reference chart showing the correlation of the SH&E effort described above with the specific language in your FSS contract. This chart should verify your firm's ability to perform the total in-scope nature of the SH&E effort. 6. DUNS number and cage code; 7. Your company point of contact, including name, email address, mailing address and phone number. This synopsis is for information and planning purposes only. It is not to be construed as a commitment by the government, nor will the government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted electronically (via email) to the primary Point of Contact (POC) listed below no later than August 3, 2012. Please reference 99999999-RMS in your submittal. Any referenced notes may be viewed at the URLs linked below. Any questions you may have are to be submitted via e-mail to the primary POC listed below, NOT through the phone or fax numbers indicated. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. Prospective offerors are invited to submit written comments or questions to the POC listed below, no later than July 25, 2012. When responding reference 99999999-RMS. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/DFRC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24. It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND12535526L/listing.html)
 
Record
SN02808135-W 20120721/120719235454-801083c0c3284d1a995392d2f3222275 (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.