Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

R -- OTHER PROFESSIONAL SERVICES

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-06-T-0475
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial item(s) prepared in accordance with FAR12.6, as supplemented with additional information included in this notice. The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to procure the services of a Service Disabled Veteran Owned Small Business (SDVOSB) to conduct a Site Survey of the U.S. Army Medical Materiel Center, Europe (USAMMCE) located in Pirmasen, Germany. The United States Army Medical Materiel Center - Europe (USAMMCE) is currently operating at a remote site located in Pirmasens Germany. Due to base realignments and the need to reduce the military footprint within Europe, numerous discussions have taken place in relation to re-locating USAMMCE within Europe; however, th e cost of this action has not been validated. The purpose of this procurement is to provide a detailed analysis/report of the facilities, personnel, and costs required to operate USAMMCE and the cost associated with re-locating or establishing USAMMCE at an alternate work site without reducing current capabilities. Contract will be time and materials. The following contract line items (CLINS) will be under contract. CLIN 0001, Site Survey, 1 each; CLIN 0002, Interim Report, 1 each; CLIN 0003, Final Rep ort and Presentation, 1 each. The Contracting Officer has determined that this service is available commercially and from several SDVOSB and this procurement is set-aside for SDVOSB. The estimated performance period is 180 days. The Performance Work St atement for this procurement follows: Contractor shall provide on a time and materials basis, all personnel, labor, material and travel to conduct a site survey of the U.S. Army Medical Materiel Center Europe (USAMMCE). The performance based acquisition objectives for the site survey are as follows: (1) Conduct site survey of USAMMCE; (2) determine and make recommendations for most effective and efficient operations of the center; (3) survey current facility and staffing requirements for current workload demand; (4) survey facilities and make recommendations on facility requirements for most effective and efficient operation (New facility requirements must meet force protection and security standards set by Department of Army and DOD); (5) make recommenda tions on staffing requirements for most effective and efficient operation; (6) make recommendations for information management requirements for most effective and efficient operations; (7) determine best practices for providing medical supply chain managem ent and distribution operations (proposal shall not degrade current operations; (8) recommend a time line and plan for movement by phases to two possible sites (two options), Ramstein AFB or another unconstrained location (plan must include a time and pha sed cost in order to minimize disruption to mission) ; (9) provide recommendations on the space requirements to move USAMMCEs current functions. (Note - The space requirements need to meet the industry standards under the Association for Healthcare Resource & Materials Management (AHRMM) and Centre for Supp ly Chain Management (CSCM) and at the same time meet the mission requirements); (10) provide recommendations on what equipment should move to new location(s) versus what should be eliminated or replace; (11) make recommendations on the impact of the move of USAMMCE on such issues as: readiness, peacetime health care delivery and quality of life. Contractor performance period will be approximately 180 days from date of award. Contractor will provide bi-weekly (twice a month) oral (telephonic) update progress briefs to the Contracting Officers Representative (COR), an Interim Report and Progress M eeting approximately 90 days into the period of performance to the Commander. COR and staff and a Final Report and Presentation on the Recommendations of the Site Survey Report toward the end of the 180 day performance period. Contractor will coordinate a ll th ese actions with the COR. All invoices will be submitted through the COR to DFAS. Interested parties may submit questions to the Contract Specialist designated below by 15 September 2006. Solicitation responses or quotes are due by the closing date of 2 2 September 2006 at 11:00 am Eastern Standard Time. The Solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. This Procurement is set aside for SDVOSB. The following Provisi ons and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 EvaluationCommercial Items, FAR 52.212-3 Officers Representations and Certificatio n-Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items. Award will be made based on lowest price from responsive, responsible vendor. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items. FAR 52.252-1 Solicitation Provisions Incorporated By Reference, FAR 52.252-2 Clauses Incorporated By Reference, DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contr act Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Award will be IAW FAR 52.212-2. The Government will award a contract resulting from this solicitation to the responsible off eror whose offer conforming to the solicitation will be most advantageous (best value) to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Capability and Approach; (2) Personnel Qual ifications; (3) Past Performance and (4) Price. The Government may select to award to other than the lowest price, based on the evaluation of the non-price factors and the best value to the Government. The non-price factors are: Factor (1) Technical Capa bility and Approach is significantly more important than Factor (2) Personnel Qualifications is slightly more important than Factor (3) Past Performance. Factor (1) Technical Approach is weighted at 50%; Factor (2) Personnel Qualifications is weighted at 30% and Factor (3) Past Performance is weighted at 20%. The three non-cost/price factors are more important than price. However, if the quotes are evaluated as being relatively technically equal, price shall become the deciding factor. Price will be eva luated as an independent variable. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further actio n by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The governm ent reserves the right to make award on the initial quote received without discussions. The Government will consider all quotes received by 22 September 2006. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Interne t at www.deskbook.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register (CCR) in order to receive an award. Interested parties shall provide detaile d information on proposed products, which clearly meet the requirements stated above. Response(s) may be via E-mail or on company letterhead; include companys name, point of contact, address, phone number, Duns Number, Tax ID, and Solicitation Number. Re sponses may be faxed to 301-619-2195, ATTN: Christopher Gloyd, or e-mailed to Christopher. Gloyd @det.amedd.army.mil
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN01139997-W 20060913/060911221539 (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.