SOURCES SOUGHT
A -- Emergency Self Escape - Statement of Work
- Notice Date
- 3/13/2014
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
- ZIP Code
- 15236-0070
- Solicitation Number
- 2014-N-15805
- Archive Date
- 4/12/2014
- Point of Contact
- Howard D. Bish, Phone: 4123865848
- E-Mail Address
-
hbish@cdc.gov
(hbish@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a small business sources sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources (2) whether they are small businesses, HUBZone small businesses, service-disabled veteran-owned small businesses, 8(a) small businesses, veteran-owned small businesses, women-owned small businesses, or small disadvantaged businesses and (3) their size classification relative to the North American Industry Classification System (NAICS) for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The National Institute for Occupational Safety and Health (NIOSH) provides national and world leadership to prevent work-related illness, injury, disability, and death by gathering information, conducting scientific research, and translating knowledge gained into products and services. NIOSH's mission is critical to the health and safety of every American worker. The Office of Mine Safety and Health Research (OMSHR), one of the preeminent mining research laboratories in the world, is focused on occupational health and safety research for mine workers. The objective of this procurement is to conduct thorough ergonomic and cognitive task analyses for the task of self-escape from underground coal mines in the presence of specified hazards. Additionally, this procurement will result in the identification and description of all the knowledge, skills, abilities (physical and cognitive) and other characteristics (KSAOs) that may be needed to successfully complete the task of self-escape. Finally, this procurement will provide recommendations to improve the likelihood of self-escape. These findings may facilitate NIOSH and OMSHR to develop new/improved training materials and assessment methods to ensure miners possess all the KSAOs required for self-escape from underground coal mines. The contractor shall perform the following tasks: 1. Develop data collection protocol and materials, obtain IRB approval and OMB clearance 2. Identify and categorize primary self-escape tasks 3. Detailed task analysis and recommendations 4. Cognitive task analysis and recommendations To be deemed capable of providing the current need, the organization must submit a written capability statement. Organizations that submit statements in response to this notice will be evaluated based upon the following: 1. Personnel/Experience: a. Proven organizational and past experience in human factors and ergonomics or a closely related field. i. The offeror shall demonstrate that the Principal Investigator possesses a PhD or other advanced degree in Human Factors and Ergonomics or a closely related field. ii. The offeror shall demonstrate that the Principal Investigator possesses at least five (5) years of post-degree experience working in the field of Human Factors and Ergonomics or a closely related field such as experimental psychology, industrial engineering, or bioengineering. iii. The offereor shall demonstrate that the proposed research team and staff possess degrees and/or educational background in Human Factors and Ergonomics or a closely related field. b. Proven organizational and past experience in ergonomic and cognitive task analysis. i. The offeror shall demonstrate that the Principal Investigator and the proposed team and staff have conducted at least two (2) projects similar in scope and nature to the project described in this requirement in the past five (5) years. ii. The offeror shall demonstrate that the Principal Investigator and the proposed team and staff have clearly demonstrated histories of publishing manuscripts related to the protocol development, methodology, execution, and data analysis and interpretation of ergonomic and cognitive task analyses, or closely related topics, in high-ranking, peer-reviewed journals. Project/contract culmination reports may be deemed to have equivalent merit. c. Proven organizational and past experience in underground coal mining. i. The offeror shall demonstrate that the Principal Investigator and/or members of the proposed team and staff possess knowledge of and/or experience working in the underground coal mining industry. ii. The offeror shall demonstrate that the Principal Investigator and/or members of the proposed team and staff possess previous successful experience in carrying out the requirements of the services stated herein. 2. Access to Underground Coal Mines a. The offeror shall demonstrate capability of securing commitment from and gaining access to at least two (2) underground coal mine sites as required for completing task analyses under the various mine size and working height conditions specified previously. b. The offeror shall demonstrate the ability of the Principal Investigator and members of the proposed team and staff to travel to and enter into underground coal mine sites throughout the US. Teaming Arrangements: All teaming arrangements shall include the requested information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. Responses must be submitted not later than 3:00 PM EST on March 28, 2014. Capability statements will not be returned and will not be accepted after the due date. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the Centers for Disease Control and Prevention to award a contract. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. Please provide the follow Business information: 1. DUNS Number 2. Company Name 3. Company Address 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the System fo Award management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM website located at www.sam.gov. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Current Government Wide Agency Contracts (GWACs) 9. Point of Contact, phone number, and email address of individuals who can verify the demonstrated capabilities identified in the responses. All capability statements can be submitted via e-mail or regular mail to the point of contact listed below. Responses shall be limited to five (5)pages. Responses must be submitted no later than 3:00 PM EST on March 28, 2014. Responses shall be submitted by via email to hbish@cdc.gov or by standard mail to the following address: Centers for Disease Control and Prevention Procurement and Grants Office Attn: H. Dale Bish 626 Cochrans Mill Road P.O. Box 18070 Pittsburgh, PA 15236
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2014-N-15805/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03309584-W 20140315/140313234658-5762bc8c468ce5562fbcbdc4328f2a50 (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 |