Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOURCES SOUGHT

99 -- Federal Medical Station Program

Notice Date
6/27/2008
 
Notice Type
Sources Sought
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
HHSP2332008FOH
 
Response Due
7/9/2008
 
Archive Date
7/24/2008
 
Point of Contact
Bettie Hartley,, Phone: 301-443-7848
 
E-Mail Address
bettie.hartley@psc.gov
 
Small Business Set-Aside
N/A
 
Description
This SOURCES SOUGHT NOTICE is to determine the availability of potential small businesses concerns (e.g., 8(a), service-disabled, veteran-owned small businesses, HUBZone small businesses, small, disadvantaged businesses, veteran-owned small businesses, and/or women-owned small businesses) that have the capability to provide the following: 1.INTRODUCTION AND PROGRAM OVERVIEW The Environmental Health Division of the Federal Occupational Health Service (FOHS) provides environmental health services to other Federal agencies under the authority of the Public Health Service Act. FOHS is an organization in the Program Support Center (PSC) of the U.S. Department of Health and Human Services. FOHS and other organizations in the HHS Program Support Center provide logistics and environmental health services to the Centers for Disease Control and Prevention’s Federal Medical Station (FMS) Program. An FMS consists of about 178 pallets of items that are used to provide temporary medical support to communities in response to disasters. The pallets are stored in the field in 53-foot truck trailers or in 20-foot steel multimodal shipping containers. Hereafter, one trailer or one shipping container will be referred to as one unit for monitoring purposes. HHS PSC services to CDC include monitoring temperature and humidity in units to control mold and mildew, and monitoring the locations of units to coordinate operations during disasters and to prevent theft. FOHS, based on the result of this market research, may establish a Requirements Contract for the monitoring services listed above to support operations in the Continental United States, Alaska, Hawaii, Puerto Rico, the U.S. Virgin Islands, and U.S. territories and possessions in the Pacific. All work under this Requirements Contract shall be performed in direct support of FOHS and its customers. FOHS may issue task orders for monitoring services in increments of 45 units, each increment to include 1.temperature and humidity monitoring for 45 units for 12 months, 2.door and unit movement alarm monitoring for 45 units for 12 months, and 3.location tracking for 45 units for 12 months. The Contractor shall coordinate and participate with FOHS to: 1.select the most efficient and effective monitoring devices for FOHS and CDC needs 2.determine the scope of geographic coverage needed for monitoring services 3.select the most efficient and effective communications methods to transmit monitoring data to FOHS and CDC 4.select monitoring devices with the most efficient and effective maintenance requirements, and 5.provide monitoring reports when needed by FOHS. 2.GENERAL PERFORMANCE OBJECTIVES The contractor shall achieve the following performance objectives as delineated. These objectives represent general areas in which Task Orders may be issued to address them in whole or in part. All of these initial Objectives will be prescribed by the Government in greater detail in whole or in part at the time of Task Order issuance. 2.1Performance Objective 1: Monitor and Transmit Daily Temperature, Humidity and Location Data The contractor shall monitor and transmit temperature, humidity, and location status in units to FOHS and CDC 3 times per day for a 12-month period. Monitoring devices shall be installed in a manner that minimizes drilling new holes in units, or that otherwise compromise the integrity of the units. The contractor shall make the transmitted data available to FOHS and CDC via any Internet-connected computer. The contractor shall provide monitoring device(s) for one unit to test monitoring and transmission prior to a Government purchase of the remaining monitoring devices. The Government may experience a need for increased frequency of location data transmission during disaster response operations. Contractors that can provide real-time location data during occasional periods will be preferred. 2.2Performance Objective 2: Monitor and Transmit Door and Unit Movement Alarm Data The contractor shall monitor and transmit door sensor and unit movement data when doors are opened in units, or when the units move, immediately to FOHS and CDC for a 12-month period. Contractors who provide alarm data immediately via mobile telephone to FOHS and CDC will be preferred. 2.3 Performance Objective 3: Coverage The contractor shall provide monitoring and data transmission coverage for the following geographic locations: 1.the Continental United States 2.Alaska and Hawaii 3.Puerto Rico and the U.S. Virgin Islands, and 4.U.S. territories and possessions in the Pacific (e.g., Guam. American Samoa, Saipan). The contractor shall insure that monitoring data and transmissions services are available to FOHS and CDC at all times, especially during disasters when cell phone usage peaks. 2.4Performance Objective 4: Maintenance The contractor shall provide the following maintenance services: 1.Low-battery notification in monitoring and alarm units 2.Replacement batteries to FOHS as needed during the contract performance period 3.Replacement of defective units or parts of units at no charge to the Government during the first three years of the contract performance period. INSTRUCTIONS TO POTENTIAL SOURCES 1.Basic Format The information shall clearly demonstrate the Potential Sources’ understanding of the overall and specific requirements and convey the potential sources’ capabilities for transforming their understanding into accomplishments for performing the efforts required under the resultant task orders. The Government shall perform a review of the capability statements based upon the factors listed below. It is essential that Potential Sources explicitly address all evaluation criteria including subjective factors in the written offer. The SOURCES SOUGHT does not commit the Government to pay for any cost for preparation and submission of an offer. Information requested herein must be furnished in writing fully and completely in compliance with instructions. The information requested and the manner of submittal is essential to permit prompt evaluation of all offers on a fair and uniform basis. Simple statements of compliance (i.e., “understood”; “will comply”) without the detailed description of how compliance will be met may not be considered sufficient evidence that the proposed services can technically meet the requirements of this SOURCES SOUGHT. Accordingly, any offer in which material information requested is not furnished, or where indirect or incomplete answers or information are provided may be considered not acceptable. This Sources Sought Notice is for information and planning purposes only and should not be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this notice. All Potential Sources must submit a capabilities statement, preferably in Microsoft Word or Adobe PDF format, not to exceed 15 pages in length. It is essential that Potential Sources explicitly address all factors in the written offer. Responses must be submitted not later than July 9, 2008. Required Documentation: Documentation should include a Technical Qualifications document detailing the approach, experience, and facility the Potential Source proposes. In addition, each response should also include the following Business Information: a. DUNS b. Company Name c. Company Address d. Company Point of Contact: Name, Phone Number and E-mail Address e. Does responder have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., small business, 8(a), woman-owned; service disabled, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). Note: All companies or individuals seeking to contract with the Government must register on the CCR located at http://www.ccr.gov/index.asp 2.Factor 1: Temperature, Humidity and Location Data The Potential Source shall be evaluated based upon the ability and capacity of the Potential Source to meet the requirements stated in Performance Objective 1, with respect to: 1.Monitor and transmit temperature data in a range of -200 Fahrenheit to 1200 Fahrenheit. 2.Monitor and transmit relative humidity data in a range of 0 to 100% Transmit temperature and humidity data 3 times daily for 12 months. 3.Monitor and transmit location data by geographic coordinates 3 times daily for 12 months. 4.Monitor and transmit real-time location data by geographic coordinates on an occasional basis as needed during unit movement. 3.Factor 2: Door and Unit Movement Alarms The Potential Source shall be evaluated based upon the demonstrated ability and capacity to monitor and transmit door and unit movement data as stated in Performance Objective 2: 1.Monitor and transmit door movement data immediately for 12 months Monitor and transmit unit movement data immediately for 12 months (Provide alarm data immediately via mobile telephone as well as Internet.) 4.Factor 3: Coverage The Potential Source shall be evaluated based upon its demonstrated capability to provide monitoring services over the geographic area described in Performance Objective 3: 1.The Continental United States 2.Alaska and Hawaii 3.Puerto Rico and the U.S. Virgin Islands 4.U.S. territories and possessions in the Pacific 5.Provide monitoring and data transmission services at all times, including peak cell phone usage periods during disasters 5. Factor 4: Maintenance The Potential Source shall be evaluated based upon its demonstrated ability to provide maintenance as outlined in Performance Objective 4: 1.Provide low battery notification on monitoring devices to FOHS and CDC 2.Provide replacement batteries for monitoring devices as needed 3.Provide replacement devices as needed at no cost to the Government during the first three years of the contract 4.Cost of replacement monitoring devices during the last 2 years of the contract Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. The Government will not entertain questions regarding the results of this market research; however, general questions prior to submitting a timely response may be forwarded to Bettie L. Hartley, bhartley@psc.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77238acb581f25531280ff585f2167e0&tab=core&_cview=1)
 
Record
SN01603074-W 20080629/080627220841-77238acb581f25531280ff585f2167e0 (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.