DFAS-CO Ergonomic Consulting Services
ID: 3002564Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is soliciting quotes for Ergonomic Consulting Services aimed at enhancing employee health and safety for approximately 2,600 staff in Columbus, Ohio. The contract encompasses comprehensive on-site ergonomic assessments, program development, training, and workstation evaluations, with a performance period from March 1, 2025, to February 28, 2030, and a total potential award of $19 million. This initiative underscores the government's commitment to fostering a safer workplace environment while promoting small business participation, particularly through a Total Small Business Set-Aside. Interested parties must submit their quotations by email to the designated contacts by 4:00 PM EST on February 13, 2025, and are encouraged to direct any questions regarding the solicitation by February 7, 2024.

    Files
    Title
    Posted
    The Defense Finance and Accounting Service (DFAS) in Columbus, Ohio, seeks a contractor for comprehensive ergonomic consulting services focusing on enhancing employee health and safety for approximately 2,600 staff. The contract involves conducting on-site assessments, developing ergonomic programs, and providing training. Spanning one base year with four optional extensions, services include individual and group evaluations, onboarding sessions, and ongoing administrative support. Key responsibilities require the contractor to perform ergonomic assessments, prepare detailed reports within specified time frames, and coordinate with DFAS's management for all activities. The contractor must maintain effective communication, respond to inquiries within seven business days, and submit monthly status reports. Qualifications for the contractor include expertise in ergonomics, relevant certifications, and proof of experience. Additionally, the document outlines strict security protocols for contractor personnel, including background checks, adherence to safety regulations, and compliance with federal standards. Overall, this project illustrates the government's commitment to fostering a safer and more productive workplace environment while ensuring adherence to security policies and performance metrics.
    The Defense Finance and Accounting Service (DFAS) is soliciting quotes for Ergonomic Consulting Services through a Request for Quotation (RFQ), designated as HQ042325QE011. The solicitation is aimed at small businesses and requires a Certified Professional Ergonomist (CPE) or Registered Occupational Therapist (OTR) for evaluation and award. Quotations must be submitted via email by February 13, 2025, with all attachments including certifications, technical approaches, past performance details, and price quotes. The period of performance is defined as one year, with up to four optional one-year extensions. Submissions will be evaluated based on certifications, technical approach, past performance, and price, with a strict pass/fail criteria for certifications. The assessment will heavily weigh the technical approach and past performance on relevant contracts, which must have been completed or performed within the last three years. Price quotes must include a fully burdened hourly rate for ergonomic consulting services, remaining fixed throughout the contract. The document outlines strict guidelines to ensure comprehensive submissions are evaluated for contract award based on best value to the government.
    The document outlines a Past Performance Questionnaire for the Defense Finance and Accounting Service (DFAS) concerning Ergonomic Consulting Services relevant to RFQ HQ042325QE011. It serves to assess the performance of contractors, with a crucial emphasis on gathering insights from respondents who have firsthand experience with the contractor's work. The questionnaire consists of three sections: 1. Section A collects information about the quoting company, including contact details, contract specifics, and a brief project description. 2. Section B gathers information about the respondent providing the evaluation. 3. Section C contains performance ratings, encouraging respondents to evaluate the contractor's performance across various criteria (such as overall technical performance, quality of work, schedule adherence, and cost efficiency) using a rating scale from "Exceptional" to "Unsatisfactory." The document highlights the importance of accurate and honest evaluations, promising emphasis on the feedback through narrative explanations for lower ratings. Completed questionnaires must be submitted by a specified deadline. This process is a vital part of maintaining quality and accountability in government contracting.
    The document outlines a solicitation for Ergonomics Consulting Services by the federal government, specifically for a Women-Owned Small Business (WOSB) set-aside contract. The contract aims to provide ergonomic consultation services for approximately 2,600 employees over a period from March 1, 2025, to February 28, 2030. It details a labor-hour pricing arrangement, estimating 624 hours of service annually for five years, culminating in a total potential award of $19 million. Key requirements include on-site consultation, training, workstation evaluations, and job hazard analysis. The contract administration emphasizes monthly cost vouchers verified by the Contracting Officer’s Representative (COR), ensuring compliance with billing procedures outlined in the Wide Area Workflow Payment Instructions. Several federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses are incorporated, including terms on payment processing, inspection, and contract termination provisions. This RFP highlights the government’s commitment to utilizing small businesses, particularly those owned by women, to enhance workplace ergonomics and safety, aligning with federal mandates to promote inclusivity and support small enterprises in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ergonomic chair with wheels
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of ergonomic chairs with wheels, as outlined in a Combined Synopsis/Solicitation notice. The chairs must feature an adjustable seat and back, a mesh back, and an upholstered seat or a comparable material, along with the requirement for bidders to provide an assembly crew for installation. These ergonomic chairs are essential for enhancing comfort and productivity in office environments, particularly within military settings. Interested small businesses are encouraged to reach out to Enbeston Cain at enbeston.h.cain.civ@army.mil or call 520-674-1698 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Strategic Management Consulting
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking qualified small businesses to provide strategic management consulting services aimed at enhancing its strategic planning and performance management capabilities. The contractor will be responsible for developing a Customized Strategic Management Performance System, which includes a comprehensive 10-year strategic plan, annual operational plans for 2025 and 2026, and a performance monitoring system, while also ensuring alignment with Department of Defense priorities. This initiative underscores the importance of strategic transformation within the organization and requires contractors to have significant experience in strategic performance management, including certified personnel and security clearances. Interested vendors must submit their quotes electronically by 3:00 PM Pacific Standard Time on February 20, 2025, and can direct inquiries to Demi DeGarmo or Arthur P Wynn via their provided email addresses.
    PSNS IDIQ FURNITURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Maritime - Puget Sound, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of office furniture and installation services under solicitation number SPMYM225Q0192. The contract aims to modernize office environments at the Puget Sound Naval Shipyard by providing a range of office furniture, including workstations, conference tables, and storage solutions, while ensuring compliance with ergonomic, aesthetic, and technical standards. This initiative is crucial for enhancing operational efficiency and safety within the naval base, with a total estimated contract value between $1 million and $10 million over a five-year period, from May 2024 to April 2029. Interested vendors, particularly those from Historically Underutilized Business (HUBZone) backgrounds, should contact Lina Cruz at Lina.1.Cruz@DLA.MIL or call 360-813-9267 for further details, with proposals due by February 4, 2025.
    Health Care Operations and Other Program Management Support
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for health care operations and program management support services under the title "Health Care Operations and Other Program Management Support." The procurement is specifically aimed at small businesses and involves providing comprehensive program support services to enhance the efficiency and effectiveness of the DHA's mission tasks, including TRICARE Health Plan programs, human resources, and various operational activities. This contract, anticipated to be awarded as a single Firm Fixed-Price agreement for a period of 33 months, includes a 9-month base period and two optional 12-month extensions, with the possibility of an additional 6-month service extension. Interested contractors must submit their proposals by February 3, 2025, and can direct inquiries to John J. Kelley or Vicki L. Whiteman at the provided contact details.
    ODR Front Furniture
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force's 319th Contracting Squadron at Grand Forks Air Force Base, is seeking capabilities packages from small businesses for the provision of ODR front furniture. The procurement aims to enhance the functionality and aesthetics of the customer service area through the design and installation of a rustic-themed front counter, which includes various components such as display walls, counters, and ergonomic workstations, as outlined in the attached Salient Characteristics document. This initiative is crucial for improving customer service and operational efficiency in public-facing spaces, with a focus on compliance with federal guidelines and accessibility standards. Interested firms must submit their responses by February 10, 2025, and are encouraged to contact SrA Nia Womack at nia.womack@us.af.mil or SSgt Jacob Wood at jacob.wood.4@us.af.mil for further information.
    TriMed Procedural Packages
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to establish a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for TriMed Inc.’s orthopedic procedural packages, which include necessary implants, instrumentation sets, and auxiliary products for orthopedic surgeries. The contract aims to streamline procurement processes by providing automated e-commerce solutions and requires the contractor to offer on-site technical support to medical personnel around the clock. This procurement is crucial for ensuring that Department of Defense hospitals have access to comprehensive surgical packages, with an estimated total contract value of approximately $1.8 million over five years, and a maximum contract ceiling of $3,679,288. The solicitation (SPE2DE-25-R-0005) is expected to be issued on February 7, 2025, and interested parties can find more information on the DLA Internet Bid Board System (DIBBS) or contact Rose Schofield at rose.schofield@dla.mil for further inquiries.
    Resilience Center and HAWC Admin Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the provision of administrative services at the Resilience Center and Health and Wellness Center located at Hurlburt Field, Florida. The contractor will be responsible for delivering personnel, equipment, supervision, and transportation to support the 1st Special Operations Wing's Resilience Center Program and the Health and Wellness Center, focusing on enhancing the readiness and resilience of Airmen and their families through structured programs. This contract, valued at approximately $12.5 million, includes a base period of 12 months with options for three additional years, and is set aside for small businesses, particularly Women-Owned Small Businesses. Interested parties must submit their offers by 2:00 PM CST on February 24, 2025, and can direct inquiries to Rowan Thom or Dani English via the provided contact information.
    DLA Land & Maritime Delinquency Support Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking contractors to provide Delinquency Support Services for its Land & Maritime division, specifically focusing on managing delinquent contracts within Maritime Supplier Operations. The procurement aims to enhance contract administration and compliance processes by requiring contractors to inventory delinquent contracts, process Post Award Requests (PARs), and coordinate with relevant agencies, with an expectation of completing 450 PARs per month under strict procedural guidelines. Interested vendors must submit their quotes by 5:00 PM EDT on February 4, 2025, adhering to specific formatting and content requirements, with the contract anticipated to span twelve months, including an option for an additional year. For further inquiries, vendors can contact Derek Willis at derek.willis@dla.mil.
    Headquarters Air Force (HAF) Support Services to the Secretary of the Air Force Office of Business Transformation (SAF/MG)
    Dept Of Defense
    The Department of Defense is seeking small businesses to provide support services to the Secretary of the Air Force Office of Business Transformation (SAF/MG) at the Pentagon. The objective is to identify capable contractors who can recruit and retain professional services personnel to support a wide range of administrative and management consulting services. This initiative is crucial for ensuring effective support to senior personnel within the Air Force and Space Force, with the intent to establish a multiple award indefinite delivery vehicle (IDV) for streamlined acquisition. Interested parties must submit their capability statements by 3:00 PM EST on February 7, 2025, to the primary contact, Tyler Bender, at tyler.bender.2@us.af.mil, or the secondary contact, Sheryl King, at sheryl.king@us.af.mil.
    PSNS IDIQ FURNITURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Maritime - Puget Sound, is seeking proposals for the procurement of various types of office furniture under the solicitation number SPMYM225Q0192. This opportunity is specifically set aside for Historically Underutilized Business (HUBZone) small businesses and requires compliance with cybersecurity measures, including NIST SP 800-171 for contractors handling sensitive information. The contract will involve furnishing workstations, conference tables, and seating arrangements, with a focus on quality and operational efficiency for government use. Proposals are due by February 4, 2025, and interested parties should contact Lina Cruz at Lina.1.Cruz@DLA.MIL or call 360-813-9267 for further details.