Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2007 FBO #2067
MODIFICATION

V -- FDA White Oak Relocation Services

Notice Date
7/23/2007
 
Notice Type
Modification
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001, UNITED STATES
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-07-00288
 
Response Due
7/30/2007
 
Archive Date
8/14/2007
 
Point of Contact
Terry Frederick, Contract Specialist , Phone 301-827-7043, Fax 301-827-7106, - Kenneth Bell, Contract Specialist, Phone (301) 827-7048, Fax 301-827-7039,
 
E-Mail Address
Terry.Frederick@fda.hhs.gov, kenneth.bell@fda.hhs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This 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. The combined synopsis/solicitation posting on FBO does not permit file uploads. Therefore, please contact Terry Frederick, Contract Specialist, at: Terry.Frederick@fda.hhs.gov to obtain these files electronically. Your interest in our announcement is appreciated.***THIS ACQUISITION IS A TOTAL SET-ASIDE FOR SERVICE DISABLED VETERAN-OWNED CONCERNS. The solicitation, FDA-SOL-07-00288, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-17. The associated NAICS Code is 484210, and the Small Business Size Standard is $23.5 Million.**Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.**The intended contract type is an Indefinite Delivery / Indefinite Quantity (IDIQ) Task Order Contract. The FDA operational offices contemplate to solicit and award Individual Task Order(s) (ITOs) against it. Each ITO will have its own Statement of Work (SOW), funding document, and certified project officer. In addition to the offerors' proposals for the Master / Base IDIQ Task Order Contract, the offerors' proposals for Task Order One (1) shall be utilized for evaluation purposes. The Government reserves the right to award an IDIQ Task Order Contract, along with Task Order One (1), without discussions with offerors.**The General Services Administration (GSA) and the Food and Drug Administration (FDA) are working together to consolidate FDA at the Government-owned White Oak Federal Research Center (White Oak), located in Silver Spring, Maryland. The new buildings will centralize operations of different facilities currently located in both Rockville and Bethesda, Maryland, which support the Office of the Commissioner (OC), the Office of Regulatory Affairs (ORA), the Center for Drug Evaluation and Research (CDER), the Center for Devices and Radiological Health (CDRH), and the Center for Biologics Evaluation and Research (CBER). White Oak, a 168-acre campus, will consist of new laboratories, office buildings, and support facilities.**The FDA currently occupies five of the sixteen buildings to be constructed at White Oak. Buildings 51 and 66 are currently under construction. Buildings 31, 32, and 1 are in the design phase. Please see a list of White Oak existing buildings at EXHIBIT A of the Master IDIQ Task Order Contract Statement of Work (SOW), as will be provided by the Contract Specialist Point of Contact specified in this notice, upon request.**The work required under this IDIQ Task Order (TO) Contract (herein referred to as the Master Contract) consists of relocation services. The Contractor shall furnish all personnel, equipment, vehicles, and moving supplies in order to perform all work under this contract. The relocation services include, but are not limited to, the following: moving, rigging, disconnecting and reconnecting computers, inventorying surplus, documenting destruction, packing, crating, preparing, and servicing laboratory equipment, disconnecting and reconnecting electrical and plumbing devices. **OFFEROR SHALL COMPLETE AND SUBMIT WITH ITS PROPOSAL FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2006) / ALTERNATE I (APR 2002).**The following FAR clauses apply to this requisition and are provided in full text: (1) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (NOV 2006); (2) FAR 52.216-18, Ordering (OCT 1995); (3) FAR 52.216-19, Order Limitations (OCT 1995); (4) FAR 52.216-22, Indefinite Quantity (OCT 1995); (5) FAR 52.217-8, Option to Extend Services (NOV 1999); (6) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000); (7) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation (APR 1984); (8) FAR 52.216.31, Time-and-Materials/Labor-Hour Proposal Requirements - Commercial Item Acquisition (FEB 2007); (9) FAR 52.232-18, Availability of Funds, (APR 1984); (10) FAR 52.212-3, Offeror Representations And Certifications - Commercial Items (NOV 2006) / Alternate I (APR 2002), and, (11) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 2007).**In accordance with FAR 52.212-5, the following FAR clauses apply to this requisition by reference: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995); (2) FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004); (3) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (4) FAR 52.222-26, Equal Opportunity (MAR 2007); (5) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); (6) FAR 52.222-36, Affirmative Action for Workers and Disabilities (JUN 1998); (7) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); (8) FAR 52.222-41, Service Contract Act of 1965, as Amended (JULY 2005); (9) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); (10) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (NOV 2006); (11) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006); and, (12) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003).**In addition, the following clauses also apply to this requisition by reference: (1) FAR 52.217-5, Evaluation of Options (JUL 1990); (2) FAR 52.232-7, Payments Under Time and Materials (DEC 2002); (3) FAR 52.212-1, Instructions to Offerors - Commercial Items (SEPT 2006); (4) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999); and, (5) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007).**The proposals for the Master Contract shall be submitted in 12 point font, limited to 25 pages (with all pages numbered 1 of _, etc.), and standard one-inch margins (Not including Resumes and Past Performance Documentation). Likewise, the proposals for Task Order One shall be submitted in 12 point font, limited to 25 pages (with all pages numbered 1 of _, etc.), and standard one-inch margins.**The Government intends to award a contract to the contractor whose proposal is determined by the Government to represent the best value, price and other factors considered.**All contractors shall submit all contractor clarification questions via e-mail to Terry Frederick at the following e-mail address: Terry.Frederick@fda.hhs.gov no later than Noon, EST on July 20, 2007. Furthermore, all contractor proposals shall be submitted via e-mail in MS WORD format no later than Noon, EST on July 26, 2007, to Contract Specialist Terry Frederick at: Terry.Frederick@fda.hhs.gov. In addition, an original and three (3) copies of the offerors' cost and technical proposals shall be received in hard copy no later than Noon, EST, on July 27, 2007, at the Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2137, Rockville, Maryland 20857-0001.**TASK ORDER ONE (1) Site Visit / Walk Through DATE: July 17, 2007 9:00 AM All interested parties shall meet at 5630 Fishers Lane Rockville, MD 20857 9:30 AM 5600 Fishers Lane 10:30 AM 12725 Twinbrook Parkway 11:30 AM 5515 Security Lane 12:30 PM 11919 Rockville Pike 1:00 PM Break for Lunch 2:00PM 7500 Standish Place 2:45PM 7520 Standish Place 3:30PM 7519 Standish Place 4:00PM 15400 Calhoun Drive 5:00PM 10903 New Hampshire Avenue, Building 51 NOTE: Parking shall be limited to One (1) vehicle per interested contractor, and shall be made available on a first come / first serve basis. Furthermore, the Government does not guarantee the availability of parking at any one location listed above.**For further information regarding this solicitation notice, please contact Terry Frederick via e-mailat: TerryFrederick@fda.hhs.gov AMENDMENT NUMBER 1 (07/23/2007) (A) A Second Site Visit at 12725 Twinbrook Parkway, Rockville, Maryland 20857, has been scheduled for Wednesday, July 25, 2007, at 2:00 PM, EST, to view the Five (5) Anechoic Chambers that must be removed in accordance with Task Order One (1) as a part of the building restoration and surplus process. All interested contractors are encouraged to bring their technical experts to the job site at this time. (B.) The Original Response Date is hereby Extended from July 26, 2007, to July 30, 2007, at 10:00 AM, EST. All other Terms and Conditions remain unchanged. (C.) Contractor Questions and Answers (Please See Below) Reference ? Section B.3 KEY PERSONNEL *1.* Will the Govt. please clarify those positions they deem to be considered ?key??--Answer--Although the Contractor is granted broad discretion in its initial determination regarding the identification of Key Personnel, Key Personnel usually includes: Management; Project Managers; and, Technical Personnel. *2.* Please clarify what other resumes, aside from positions identified as key, the Govt. intends offerors to submit. The above paragraph seems to suggest that resumes for all personnel proposed to support this effort should be included, however, with a project of this size and scope it would seem impracticable to include resumes for all technical and support positions. --Answer--Only Key Personnel. Reference ? (Section B.1, paragraph 11) The Past Performance Questionnaire identified as EXHIBIT C to this solicitation will be used to collect information on an Offeror's performance... *3.* Is it the Government?s intent that offerors forward the reference questionnaires to their respective references in advance of the response date? If so, should the references be requested to return their completed response to the contracting office by a specific date? Please advise what that date would be.--Answer--No, the FDA will send the questionnaires to the references. Reference ? Section F ? General A.The proposals for the Master Contract shall be... limited to 25 pages.B.The proposals for Task Order One shall be... limited to 25 pages.*4.* Would the Government please offer clarification on what distinction they wish to see in the proposals for the Master contract and Task Order One? Are two separate volumes for the technical proposal required, or should the technical volume be separated into two sections one for the Master and one for the Task Order? Additionally, can the Government provide instruction on what specific information is required in the 25 page limit for Task Order One? For instance, are separate resumes required in both the Master Contract proposal and the Task Order One proposal, even if those resumes are duplicative? --Answer--Please provide 2 separate price proposals (one for the Master Contract and one for Task Order One) and 2 separate technical proposals (one for the Master Contract and one for Task Order One). It is understood that some information will be duplicative. Resumes shall be required for each Key Personnel identified in the Master Contract Proposal, as well as each Individual Task Order Proposal. Reference ? Section D.3.2 CLIN 0105 CLINS 105.1-105.7 Surplus of existing furniture*5.* Is there an inventory of furniture per CLIN for calculation of disposal?--Answer--No. This is why a walk through was conducted. Reference - Section D.3.2 CLIN 0106 CLINS 106.1-106.7 Surplus of existing high density filing *6.*Is there an inventory of high density filing systems?--Answer-- No, just the information in Exhibit 1.*7.* Is there an inventory of Lektreviers, Times Twos, File Racks, etc?--Answer--No. This is why a walk through was conducted. Reference - Section D.3.3 CLIN 0107 CLINS 107 Surplus of furniture from 5600 Fishers Lane*8.* Is there an inventory of high density files for calculation for relocation?--Answer--No, just the information in exhibit 1 Reference ? D.1.5 Scientific Equipment / D.1.6 Oversized and heavy Equipment *9.* Is there an inventory of scientific equipment and heavy equipment to be relocated?--Answer--No. One will be provided at the time of a lab move task Order. Reference ? D.1.2 Packing Unpacking and Handling The Contractor shall be responsible for the relocation of all designated FDA property to the new facility and/or any surplus property warehouse, as provided in the IT0 SOW(s). *10.* Is there an inventory of any and all furniture that is to be relocated? Is there an inventory of any and all office equipment that is to be relocated? I.E. computers, printers, network printers, copiers, etc.--Answer--No. This is why a walk through was conducted.*11.* Do the Anobolic Chambers need to be taken apart so that they can be re-assembled at a later date?--Answer--No.*12.*Are the copiers to be moved or do they fall under a separate contract?--Answer--Yes? Copier vendor will prep. *13.* At Standish Place, there were several files that were in the individual offices and quite a bit of files that looked like they needed to be interfiled. Is there any inter-filing that will be needed?--Answer--No interfiling will be needed. All documents will be returned to the document room prior to move. Exhibit 1 1.2 takes this into account.*14.*Which location will the surplus need to be delivered to?--Answer--GSA Franconia, or within 30 miles.*15.* How many trailers can the surplus center handle in a day?--Answer--This is typically two but can be up to three.*16.* Is the contractor required to pack all common areas including workrooms, supply rooms, file cabinets outside of the individual offices, and all shelving?--Answer--No? Only the high-density file rooms. *17.* Each origin site has an estimated head count that will move into Buildings 51 and 1, respectively. Can we move everyone from each building during that specific move phase into their final building destination?--Answer--The exact order of the moves for the groups/buildings relocating to building 51 is not known; however, they will be done over consecutive weeks starting approximately January 2008. The moves to building 1 will also be done over consecutive weeks starting approximately November 2008. *18.*What will be the frequency of the purge requirement, weekly, bi-weekly, etc? Will the purge equipment will be used by only the FDA staff involved in the relocation? --Answer--Purge supply delivery could be weekly or bi-weekly up to the quantities requested in the SOW for each building. The intent of the purge day resources is to enable the FDA Staff have enough resources available to clean up prior to the move. Reference - Pricing schedule ? base contract:*19.* CLIN line: Cardboard Cartons. Is this the standard legal ?tote?? Please clarify for all to bid on the same item.'--Answer--This is the standard moving carton of approximately 23"l x 16"w x 13" h or 2.6 Cu.ft.*20.* CLIN Line: Administrative Support: Please clarify what this includes, tasks, job requirements, who the support is for, etc.--Answer--This would be to support your project team in preparing documents such as schedules, spreadsheets, post move reports, surplus inventory reports. *21.* B.2.23 Personnel Security Clearance Requirements: Can employees working in facilities that are vacant and all we are doing is removing surplus property, be exempt from this? Is there any way to reduce the numbers of employees that will be involved in this process?--Answer--Only a list of all the labor staff will be required and to sign in each day at the designated building. See B.2.23 1. Background, second paragrah. *22.*D.1.16 Post Move Services: provide the crew for the first three (3) days following the completion of each move. Please clarify. Is a move the entire phase or each move activity, suvh as following each weekend of moves?--Answer--This is to follow each weekend move. For the purpose of this bid provide pricing for seven instances for Building 51 and three instances for building 1.*23.*CLIN for Subcontractor services: How will subcontractor, ie: lab technician services for calibration, disassembly, reassembly, etc: be prices in future Task Orders?--Answer--An inventory of the equipment will be provided with notations on the specialty vendor and what services will need to be contracted. *24.* The proposal response asks for the items with regard to the ?Basic? contract, but also mentions submitting a response with pricing for the Task Order #1. Where in the response is the info for Task Order #1 info to be provided?--Answer--Please provide 2 separate price proposals (one for the Master Contract and one for Task Order One) and 2 separate technical proposals (one for the Master Contract and one for Task Order One). It is understood that some information will be duplicative. Resumes shall be required for each Key Personnel identified in the Master Contract Proposal, as well as each Individual Task Order Proposal. *25.* For the info in response to Task Order #1, is the requirement to provide only the pricing information listed in D.3 Is there a requirement for a breakdown of costs, materials, hours, etc.?--Answer--Yes. Please provide a breakdown of all associated costs, materials, hours, etc., for Task Order One (1), as well as the Master Contract. Furthermore, the Contractor shall provide the following: The Contractor shall submit a price proposal that includes a breakdown of the following for each period of performance:(a.) Direct Labor: Provide a full and complete breakdown of all labor categories, hours and rates which were used to develop the price(s), clearly indicating for each labor category the base hourly wage rate, any and all additional individual labor cost elements necessary to comply with the requirements of the applicable Department of Labor Wage Determination attached to this solicitation. Requirements include, but are not limited to, base hourly rate, vacation, holidays, sick, leave, break time, training, uniform maintenance, pension, contributions, payroll taxes, worker?s compensation, health and welfare. Further, show any overhead, G&A expense, and profit applications.(b.) Other Direct Costs: Provide a full and complete breakdown of all other direct costs which were used to develop the price(s) and that are not otherwise specified/included in the breakdown for direct labor (e.g., travel, communications, postage, supplies, licenses/fees/permits, uniforms, equipment, vehicles and maintenance costs, if applicable, weapons, ammunition, radios, etc.,), plus applicable overhead, G&A expense, and profit. *26.* During the walk-thru, it was impossible to see every room and every item, will you be able to provide an inventory of items to be moved? Please provide Linear square feet of files to be moved?--Answer--There is no inventory. Exhibit 1 shows the Linear feet for the main document rooms. *27.* Is there a tentative move schedule of how many people from which building will move on which weekends? This makes a big difference in pricing.--Answer--There is no schedule at this time. However, for building 51, moves will be in the range of 100 to 200 per move weekend over consecutive weeks. Building 1 will most likely move in three phases. *28.* Will surplus items be taken to DHHS warehouse or to GSA Springfield? If so, which items go to which location? There is a big difference in travel time for our trucks between two locations.--Answer--It is not known at this time which location the surplus will be sent; but, as specified in the SOW, it will be within 30 miles.*29.* Will our electricians and fire suppression technicians be given access to look at the chambers and their requirements prior to the bid due date?--Answer:--Yes. Please see Section A. *30.* Please provide a copy of the walk-thru attendance list. It appears there were some non-SDV big businesses in attendance.--Answer--Please See Attachment 2, provided via email upon request.*31.* Can removal of surplus items be done during the weekday for empty buildings and evenings for buildings having occupants? This would mean over-night storage ot surplus items for turn-in the next business day.--Answer--It depends on the building. Please review the Statement of Work.*32.* Para D.4.4 Operating time. This discusses evenings and weekend moves, then tlls us 7500 and 7520 Standish Place can be packed and relocated during the normal business hours. The last sentence: ?but it is the intent of the FDA to clear each building as soon as respective personnel are relocated? needs clarification. What does this mean to working during business hours vs. evening and weekend moves. Please clarify so that accurate pricing can be accomplished.--Answer--These are three separate paragraphs. All office moves will be evenings and weekends... so figure doing all content moves at this time. The document rooms at 7500 and 7520 can be packed and relocated during normal business hours? so figure moving these document rooms during the day. In regards to surplus, most buildings can cleared during normal business hours other than the ones specified. *33.* The items listed in Clin 0104 ? Trash Containers are these containers the 16 cu. Ft. purge containers listed in D.4.2.5? If not, what is the difference and what are the requirements?--Answer--Yes? as specified 16cu.ft containers. Reference ? The relocation services include, but are not limited to, the following: moving, rigging, disconnecting and reconnecting computers, inventorying surplus, documenting destruction, packing, crating, preparing, and servicing laboratory equipment, disconnecting and reconnecting electrical and plumbing devices.*34.* What Wage Determinations are referenced for Rigging, Disconnecting and Reconnecting Computers, Crating, Disconnecting and Reconnecting Electrical and Plumbing Devices?--Answer--Please see the Answer to Question 36, as provided below. Reference - Standard form 1449 and remaining 89 pages: A.2.5 Fixed Unit Price Items Administrative Support, IT Technician, Furniture Installer*35.* What Wage Determination are you requiring for the Base Contract Period and Contract Extensions?--Answer--Please see the Answer to Question 36, as provided below.*36.* Wage determination minimum rates were not included in the IDIQ. Will they be supplied or not required.--Answer--The IDIQ Task Order Contract, as well as all respective Individual Task Orders (ITOs) placed against it, shall hereby incorporate both the Non-Standard Wage Determinations for Moving & Storage Services, (WD 95-0819, Rev. -20)(as provided in the original Solicitation Package) and the Standard Wage Determinations for the respective locality, (WD 05-2103, Rev. -4). The Contractor shall be responsible for determining which labor categories shall apply to its specific workers, and all prevailing wage determinations shall remain subject to change in accordance with respective labor rate changes implemented by the Department of Labor. Because they were not provided in the Original Solicitation Package, the Standard Wage Determinations for the respective locality (WD 05-2103, Rev. -4) shall be provided via email upon request in full text (Attachment 1). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-07-00288/listing.html)
 
Place of Performance
Address: The contract place of performance shall be the FDA White Oak Campus located at 10903 New Hampshire Avenue, Silver Spring, Maryland, as well as the other locations specified in the Master IDIQ Task Order Contract SOW.
Zip Code: 20993
Country: UNITED STATES
 
Record
SN01350068-F 20070725/070723225634 (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.