FBO Notice Date 11/06/19
BIDS Reference Number 804
Document Type: Amendment
Professional, Administrative, And Management Support Services

Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 02142-1093

R -- Ergonomic Assessment Services SOL 6913G620Q300005COMBINE DUE 111219Karen M. Marino, Buyer, Phone 6174942437, Email karen.marino@dot.govThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G620Q300005 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified AcquisitionProcedures. This solicitation document and incorporated provisions are those ineffect through Federal Acquisition Circular 2019-06, effective October 10, 2019. The NAICS Code is 541612; the Small Business size standard is $16.5M.

The U.S. Department of Transportation, John A. Volpe National TransportationSystems Center (Volpe Center), Office of Organizational Culture and Work Life, Cambridge, MA, has a requirement to procure services to provide Ergonomic Assessment Services, in accordance with the Statement of Work (SOW) below and technical evaluation criteria. These assessments will be conducted with Volpe Center employees to gather information and data to better understand the individual employee's habits, physical impairment, level of pain and discomfort.

Statement of Work (SOW) - Begin

Introduction

The Volpe National Transportation Systems Center (Volpe Center) Office of Organizational Culture and Work Life anticipates, identifies, and supports high-profile organizational and management initiatives to address a wide variety of policy and strategic issues and challenges. The Office of Organizational Culture and Work Life is an advisor, facilitator, and coordinator for organizational change initiatives relatedto employees and employee engagement.

Objective

The objective of this requirement is to provide ergonomic assessments for up to five Volpe Center employees per month.

The Contractor staff performing the assessments must be certified by the Board of Certification in Professional Ergonomics (CPE), Oxford Research Institute (Certified Industrial Ergonomist), or possess a PhD in physical therapy or other equivalent form of experience

The Ergonomic assessments shall be conducted in person at the employee's workspace located at the Volpe Center, 55 Broadway Cambridge, MA.

Tasks and Deliverables

The Contractor shall provide all equipment, labor, travel and materials to perform the following assessment:

CLIN 00100 Ergonomic Assessment Services to include the following (Base):

Pre-assessment

The Contractor shall gather information and data to better understand the individual employee's habits, physical impairment, level of pain and discomfort.

Ergonomic Assessment

The Contractor shall perform on-site evaluation or follow-up evaluation taking into consideration the employee's equipment, workstation configuration, job tasks, and employee's posture and movement patterns at the workstation. The contractor shall provide one-on-one consultation to the employee on proper posture, ergonomic best practices, and ergonomic risk factors including tips, exercises, and behavior modification to prevent and/or reduce further injury or reduce pain. Within 10 business days of completing the assessment, the Contractor shall provide a written report of assessment findings and recommendations.

The report will be in MS Word or pdf format and shall transmitted to the Technical POC via email.

Post Assessment

The contractor shall follow-up with the user after an ergonomic assessment to ensure that the suggestions, fixes, and recommendations alleviate employee's symptoms. Follow-up must occur 30 to 45 days after full implementation of the recommendations and at the convenience of the employee. Within 10 business days of completing the post assessment, the Contractor shall provide a written report of post assessment findings and additional recommendations, if needed. The report shall be in MS Word or pdf format and transmitted to the Technical POC via email.

Travel

Travel to theVolpe Center shall be required to perform the assessments. However, travel expenses will not be reimbursed separately and should be included in the quoted price per service.

All travel performed under this purchase order shall be performed in accordance with Federal Travel Regulation (FTR). The actual costs for lodging, meals, and incidental expenses will be considered reasonable and allowable if they do not exceed the maximum per diem rates in effect at the timeof travel as set forth in the FTR. In accordance with FAR Subpart 31.205-46, a written justification must be provided to the COR for amounts higher than the FTR maximum amounts. Travel will be reimbursed at actual costs (with a copy of thereceipts for expenses) in the following categories:
1.) Airline Tickets (commercial rates)
2.) Hotel Expenses (Government rates unless pre-approved by the COR)
3.) All Other Modes of Transportation (Taxi receipts are not required if less than $75.00)

Period of Performance

The period of performance for each CLIN:

CLIN 00100 begins on thedate of award and ends on September 30, 2020. Optional
CLINs 00200, 00300, 00400 and 00500 duplicate CLIN 00100 over successive fiscal years.

Optional CLIN 00200, if exercised, begins on October 1, 2020 and ends on September 30, 2021.
Optional CLIN 00300, if exercised, begins on October 1, 2021 and ends on September 30, 2022.
Optional CLIN 00400, if exercised, begins onOctober 1, 2022 and ends on September 30, 2023.
Optional CLIN 00500, if exercised, begins on October 1, 2023 and ends on September 30, 2024.

Technical point of contact

The technical point of contact will review and accept or reject written reports within two weeks of receipt of report.

Acceptance or rejection, with explanation, shall be communicated via email.

Statement of Work - End

REQUIREMENTS

The Government intends to award a firm fixed price purchase order for a base and 4 optional CLINs as a result of this Combined Synopsis/Solicitation. The offeror's price quotation shall include a firm fixed price for each CLIN identified below:

CLIN 00100 - Ergonomic Assessments for FY 20, QTY: 1 YR (Base)
$_________________

CLIN 00200 - Ergonomic Assessments for FY 21, QTY: 1 YR (Optional Line Item)
$_________________

CLIN 00300 - Ergonomic Assessments for FY 22, QTY: 1 YR (Optional Line Item)
$_________________

CLIN 00400 - Ergonomic Assessments for FY 23, QTY: 1 YR (Optional line item)
$_________________

CLIN 00500 - Ergonomic Assessments for FY 24, QTY: 1 YR (Optional line item)
$_________________

Total amount for CLINs 00100 and 00500 $____________________

PERIOD OF PERFORMANCE

The period of performance for this purchase order will be from November 15, 2019 through September 30, 2024.

INSTRUCTIONS TO OFFERORS:

FAR 52.212-1, Instructions to Offerors-Commercial Items - The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 11/12/2019. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary,but at least annually, to ensure they are kept current, accurate, and complete.All Contractors must be registered in SAM in order to receive an award from a DOT Agency.

This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.217-7, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50 52.223-18, 52.225-1 and 52.232-33. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received.

The following FAR provision is incorporated in full text

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019)

(a) Definitions. As used in this provision-
"Covered telecommunications equipment or services", "Criticaltechnology", and "Substantial or essential component" have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunicationsand Video Surveillance Services or Equipment.
(b) Prohibition. Section 889(a) (1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or afterAugust 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component ofany system, or as critical technology as part of any system. Contractors are not prohibited from providing-
(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Representation. The Offeror represents that-
It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.
(d)Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer
(1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);
(2) Explanation of the proposed use of coveredtelecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;
(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercialand Government Entity (CAGE) code, if known); and
(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).
(End of provision)

CITE: https://www.fbo.gov/notices/4b90bfb8910a006cc8a32f153ecdb772

SET-ASIDE: Total Small Business