Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2009 FBO #2617
SOURCES SOUGHT

N -- Project management and support services to outfit the New Walter Reed Military Medical Center and Dewitt Army Community Hospital, National Capital Area

Notice Date
1/23/2009
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-09-RFI-JTF
 
Response Due
2/2/2009
 
Archive Date
4/3/2009
 
Point of Contact
Barry Sayer, 301-619-1163<br />
 
Small Business Set-Aside
N/A
 
Description
Description The US Army Medical Research Acquisition Activity (USAMRAA), on behalf of the Joint Task Force National Capital Region Medical (JTF CapMed) and TRICARE Management Activity (TMA), has developed this Request for Information (RFI) to support efforts to analyze the anticipated initial outfitting and transition contract that assists affected NCR medical facilities to relocate as directed by the Defense Base Realignment and Closure (BRAC) law. The anticipated contract would encompass a significant range of performance-based services needed to open a new world class healthcare facility. These efforts include, but are not limited to, hospital transition, planning, provisioning/installing materials, provisioning/installing furniture, provisioning/installing medical equipment, and moving medical equipment to support one newly renovated and one new military medical facility in the NCR. The Walter Reed National Military Medical Center (WRNMMC) and a new community hospital to be built at Fort Belvoir, VA are the focal points of these requirements. This RFI is intended to solicit information from industry to assist the Government analysis of this project and provide commercial insight on holistic performance-based solutions, best practices, possible contractual arrangements and potential issues. BRAC law requires construction of the two facilities to be completed by September 2011. Historically, providing the resources required to accomplish the significant range of services was accomplished by assigning additional personnel to a specific project site (Health Facility Project Officers), through interim manpower allocations (internal reassignments of in-house staff), or by hiring temporary employees for specific support (logistics managers). While these methods were successful in a low volume environment, they will not support the requirements of the JTF. Therefore, a new holistic approach is being considered to include a variety of tasks under one contractual vehicle. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the initial outfitting and transition of military medical facilities. When addressing these items respondents should consider the size and scope of the requirements, which will include the outfitting of two large military installation facilities with fluid construction completion dates that may include the provisioning of 85,000 (notional) items of medical and non-medical furniture/equipment/supplies/materials. (1) Have other similar (size, scope) initial outfitting and transition projects implemented a holistic approach that includes project management, provision of specified medical, non-medical, IT, and furniture/furnishings, relocation of existing equipment, warehousing of new and existing equipment, installation and technical inspection of equipment, training and turnover of equipment? (2) Is there a template or format that would best identify outfitting requirements? (3) Given a list of 85,000 (notional) furniture/equipment/supplies/materials along with standard project management, moving, installation, and training labor costs, what pricing arrangement(s) and method(s) would be best suited for the project? (4) How would provisioning and installation best be accomplished? Would the company provision and warehouse the items or follow a just-in-time approach to install furniture and equipment with minimal storage time? (5) What best practices have been implemented for delivery and installation of equipment prior to technical testing and turnover to the customer (i.e., Government)? Does the contractor maintain control of the equipment? How do contractors ensure the security of delivered equipment prior to customer acceptance? Would this security expectation change if the delivery location is a Government installation? (6) Would a contractor in the initial outfitting and transition competitive space typically provide and install IT equipment to include desktop/laptop computers, printers, scanners, et al, but also provision and install routers, switches, servers? (7) What tools/methods/capabilities can be implemented to provide web-based tracking access for customers? Is the use of web-based tracking and RFID standard in the industry? If not, would implementing these capabilities be cost prohibitive or otherwise unattainable? (8) Are there any specialized hazardous material and hazardous transportation issues that need to be addressed for this project considering the provisioning or transportation of medical equipment? Are there any specific insurance or indemnification issues that need to be addressed for this project? (9) If long-lead-time items are procured under a separate contractual vehicle, would you envision that this contractor (the holistic solution provider) will coordinate and handle the installation and transition of these items? How would this best be accomplished? (10) What type of acquisition strategy would you recommend for this type of solution? Please include contract type, pricing and incentive strategies in your response. (11) If your company has provided clinical transition services to support the outfitting of facilities, what was the extent of those services? (12) In your past experience with the transitioning of official government records/files, to include patient records and other sensitive protected information, what security measures were implemented to ensure the safeguarding of the files and how was the service executed? (13) In general, what lessons learned would you offer to the Government as they consider planning for the initial outfitting and transition of these large military medical facilities? (14) What issues and stumbling blocks has your company encountered in the past with medical facility outfitting projects that should be addressed? THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication the JTF CapMed or TRICARE Management Agency will contract for the items contained in the RFI. The Government will not pay respondents for information provided in response to this RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest. Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. Responses should address the companys experience in providing similar initial outfitting and transition support to medical facilities including commercial, military, or other federal government hospitals and treatment facilities. When describing this past experience, a brief description of the size, scope, and complexity of the requirement and the contracting vehicle should be provided. To be of greatest value, responses should address the aforementioned questions and issues. Responses should be formatted as either MS Word (.doc,.docx) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) pages. Reponses shall be submitted electronically to the Point of Contact identified in the below section. Proprietary/Competition Sensitive information will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted no later than 3:00 PM EST, February 2, 2009. Point of Contact: Barry Sayer (301) 619-1163 Email your questions and responses to US Army Medical Research Acquisition Activity at barry.sayer@amedd.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79497a5c470ba457dfbb8b25488ae78b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA-P (Barry Sayer), 820 Chandler Street Frederick MD<br />
Zip Code: 21702-5014<br />
 
Record
SN01737652-W 20090125/090123224601-79497a5c470ba457dfbb8b25488ae78b (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.