Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2022 SAM #7588
MODIFICATION

B -- U--OSHA Training

Notice Date
9/7/2022 2:41:34 PM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018922Q0387
 
Response Due
9/9/2022 9:00:00 AM
 
Point of Contact
Stuart Davis, Phone: 7574431444
 
E-Mail Address
stuart.b.davis.civ@us.navy.mil
(stuart.b.davis.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Information (RFI) / Sources Sought Notice Subject to FAR clause 52.215-3 entitled �Request for Information or Solicitation for Planning Purposes,� this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide Occupational Safety and Health (OSH) safety support to strengthen Naval History and Heritage Command OSH program implementation, and risk management by assessing the work processes, documenting risk assessments, and providing recommendations to augment written programs and processes. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. �It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. �The Government has determined that these supplies and services are noncommercial items as defined in FAR 2.101. �Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Scope The scope of this effort will include: Interpret requirements, apply established applicable Safety and Occupational Health Standards and implement solutions in support of mission goals Coordinate and collaborate with work process supervisors and work process owners to provide technical advice and guidance Perform workplace/work process assessments: Evaluate new and existing work processes and assists in performing baseline assessments with recommended mitigation methods and techniques Risk Management: Assist in working with the process owners to assess risks and assist in making recommendations for controls to reduce or accept risk Determine the need for programs, changes and provide recommendations for implementation of new or revised policies and procedures. Coordinate OSH compliance programs at the location of assignment; establish and maintain programs IAW established OSHA laws Assist in establishing, reviewing, updating and developing Safety and Occupational Health policies procedures, standards, and instructions Perform training Perform compliance assessments and Occupational Safety and Health (OSH) inspections. Any potential contract resulting from this RFI/Sources Sought Notice is anticipated to be a Firm-Fixed Price (FFP) award. See the draft performance work statement (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Primary place of performance is Norfolk, Virginia. NAICS Code The NAICS code for this requirement is anticipated to be 541690, Other Computer Related Services. �The product service code (PSC) is B507, Special Studies/ Analysis-Economic. This is[CMACNFNC21]� a new requirement[CMACNFNC22]� Period of Performance Performance is 30 September 2022- 29 September 2023. There are no anticipated option periods. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses.� If you are an interested business, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. �Standard company brochures will not be reviewed. �Submissions are not to exceed four standard typewritten pages. �All technical questions and inquiries may be submitted within the response. 1. �Full business name, address, point of contact, telephone number, and e-mail address 2. �Contractor and Government Entity (CAGE) code 3. �Size of business:� Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. �If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. �Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. �Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 6. �Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor.� If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7.� A draft PWS is provided.� Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy.� Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS. Submission Responses should be limited to no more than four standard typewritten pages. Reponses shall be submitted by e-mail to Stuart Davis stuart.b.davis.civ@us.navy.mil by 12:00 PM Eastern time on 09 September 2022. Again, this is not a request for proposals. Respondents will not be notified of the results. �Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a1a39fb6aee40a9be7ed2363eace388/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN06454846-F 20220909/220907230128 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.