Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOURCES SOUGHT

R -- Central Processing and Mail Center Operations - GFP List

Notice Date
7/7/2009
 
Notice Type
Sources Sought
 
NAICS
491110 — Postal Service
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
BLL090014705
 
Archive Date
7/29/2009
 
Point of Contact
Anne Behne, Phone: 703-767-4637, Temple C. Ferrell, Phone: 703-767-7875
 
E-Mail Address
anne.behne@dtra.mil, Temple.Ferrell@dtra.mil
(anne.behne@dtra.mil, Temple.Ferrell@dtra.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Government Furnished Property Sources Sought announcements are issued to assist the Defense Threat Reduction Agency (DTRA) in performing market research to determine industry interest and capability to obtain company demographics, benchmarking information and industry ideas for an acquisition approach. This Sources Sought announcement is not a Request For Proposal (RFP) and at this time, no solicitation exists. 1. Background/Information The Defense Threat Reduction Agency (DTRA) operates a Central Processing Facility (CPF) and Mail Centers within the National Capital Region (NCR) and at Kirtland AFB New Mexico. The CPF provides mail, distribution, and commercial express and ground services in support of all DTRA units within the NCR. All mail addressed to DTRA within the NCR is delivered by the United States Postal Service (USPS) to the Defense Logistics Agency (DLA) Mail Center, picked up and transferred to the CPF for processing. All mail, inter-office distribution, commercial express and ground shipments destined for DTRA offices in the NCR is processed through the CPF located at 6200 Meade Road, Fort Belvoir, Virginia 22060. Non-USPS mail includes inter-office distribution, commercial overnight ground and express materials, Department of State (DoS), diplomatic pouches, items dropped off by the Navy at the time they do their pickup, and commercial and defense courier service materials. The contractor receives these items through the CPF loading dock. Inter-office distribution is received from the Mail Centers and other off-site DTRA offices. DTRA federal employees performing as couriers bring all items that are picked up during their routes to the CPF. All mail, inter-office distribution, commercial Express and ground shipments destined for DTRA offices located at Kirtland AFB is processed through the DTRA Mail Center located at 1680 Texas ST SE, Kirtland AFB, NM. Non-USPS mail includes inter-office distribution received from the Base Distribution Center (377 MSG/SCSB) and commercial overnight ground and express materials. The contractor receives these items through the DTRA Mail Center loading dock and at the DTRA Warehouse, located at 8151 M Ave SE, Kirtland AFB NM. DTRA federal and contract employees bring all items to the mail center and where it is processed accordingly. The Mail Center located within the DTRC at 8725 John J. Kingman Road, Fort Belvoir Virginia 22060 and DTRA 1680 Texas St SE, Kirtland AFB, NM 87117 are responsible for receiving, distribution, and dispatch of all items received through Mail Center service windows. The Mail Centers provide window services Monday through Friday. DTRA requires contractor support for these activities. 2. Scope of Work The contractor shall provide management, supervision, and labor to plan, schedule, coordinate and assure effective performance of all mail, inter-office distribution, express and ground services within the NCR and Kirtland AFB NM, tracking, and administering and distributing copy and printer paper throughout the DTRC facility as defined herein for DTRA units within the NCR. The contractor shall provide full-service, one stop, mail and small package capability for all DTRA offices at all locations. The contractor shall receive, process, and dispatch: USPS mail, official distribution (except where prohibited by the Private Express Statutes), commercial ground and air service material; and DoS classified and unclassified pouches. The contractor shall also provide direct mission support by facilitating special shipments on short notice. 3. Applicable Documents The contractor shall comply with applicable regulations, including the following: 29 CFR 1910.134, US Code, Respiratory Protection. http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?sid=2eef7427075e9c41885a323ac65c5d17&c=ecfr&tpl=/ecfrbrowse/Title29/29tab_02.tpl 41 CFR 102-192, US Code, Federal Management Regulation, Mail Management http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?sid=2eef7427075e9c41885a323ac65c5d17&c=ecfr&tpl=/ecfrbrowse/Title41/41tab_02.tpl 39 U.S.C. 601-606, US Code, Private Express Statutes. http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?sid=2eef7427075e9c41885a323ac65c5d17&c=ecfr&tpl=/ecfrbrowse/Title39/39tab_02.tpl USPS Publication 542, Understanding the Private Express Statutes http://www.usps.com/publications/ DOD 4525.6-M, DOD Postal Manual, 15 Aug 2002 DoDI 4525.08, DOD Instruction, DOD Official Mail Management, 11 Aug 2006 DOD 4525.8M, DOD Official Mail Manual, 26 Dec 2002 DOD 5200.1-R, DOD Information Security Program, Jan 1997The above DOD Publications are located at: http://www.dtic.mil/whs/directives/ OSH Standard for CBRNE and Safety Equipment http://www.osha.gov/pls/oshaweb/owasrch.search_form?p_doc_type=STANDARDS&p_toc_level=0, Click on Part 1910, Subpart I International Air Transport Association (IATA) Dangerous Goods Regulation (To be provided at time of award) Department of State Classified Pouch Instructions, Unnumbered Document. (To be provided at time of award) DTRAI 5015.2, DTRA Records Management Program, dated 11 Apr 2008. (To be provided at time of award) 4. Required Services 4.1. Screening: The contractor shall inspect and screen all items received in the CPF and Kirtland AFB NM. The contractor shall screen all incoming mail and materials at the CPF and Mail Center at Kirtland AFB for contraband and dangerous materials via radiological equipment and other security methods as determined by DTRA Security. This shall include, but not be limited to, visual, physical inspection, X-Ray, and radiological detection monitors. The contractor shall manually inspect items too large to fit through X-Ray equipment. The contractor shall break down pallets and scan each item individually. 4.2. Respond to Potential Problems Discovered During Screening. The contractor shall ensure that upon any indication that an item is potentially dangerous, either prior to, or during screening, it shall be immediately handled in accordance with the DTRA Mail Operations Security Plan and applicable government directives. Types of potentially dangerous goods include explosives, biological agents, toxic substances, contraband; or any item that may pose a threat to DTRA safety and security. Depending on the nature of the perceived threat or problem, the contractor shall implement procedures as addressed in the DTRA Mail Operations Security Plan, which includes, but is not limited to, notification of the DTRA Central Protection Center (CPC), isolating items when practical, evacuating the building, working with First Responders and other officials, as appropriate. 4.3. Update the Central Postal Facility Work Plan and Scheduling Guide (WPSG). The WPSG documents key actions and target times that the CPF and Mail Centers must meet to perform its mission effectively. The WPSG provides managers at all levels with a systems approach in planning processing operations and relates this processing to transportation scheduling. It also serves as a source document for scheduling work hours, transportation routes, facility changes, briefings, and manpower needs. The WPSG provides a methodology for determining the effectiveness of the operation in processing commercial express, ground materials, mail, and distribution and other items under the scope of this contract. The contractor shall develop and provide a DTRA NCR and Kirtland AFB WPSG on a quarterly basis, NLT 10 days after the end of each quarter and deliver it to the DTRA Contracting Officers Representative (COR) as an e-mail attachment for review (CDRL A001). If changes occur that affect the operations of the mail centers or the central processing facility, the contractor shall update the WPSG and provide it to the COR. The WPSG shall include: • Key actions and target times that the CPF and Mail Centers must meet to perform its mission effectively. • The daily schedule for receiving, transporting, distributing, delivering, and dispatching all incoming and outgoing commercial express and ground materials, mail, distribution, and other items through all steps and locations of the process while under the control of the contractor. The COR will review the Draft WPSG and provide feedback within 2 days after receiving the WPSG. The contractor shall update the WPSG and include necessary changes based on feedback from the government COR. 4.4. Process Incoming Items in the Central Processing Facility After screening is completed, the contractor shall ensure that all accountable items are scanned, recorded, and have a bar code attached. The contractor shall ensure all items are controlled, and protected during processing and ultimate delivery utilizing the automated tracking system. The current tracking system is a Hasler Sequel Server Based Smart Track System. After items are entered into the tracking system, the contractor shall sort items by delivery destination, prepare them for transport prior to release for delivery, and manifest for final delivery. The contractor shall move other items to an appropriate location in the CPF or DTRA Kirtland warehouse and alert the Supply unit. The contractor shall maintain records of the location of each item in the warehouses, and reconcile the records periodically by conducting a physical inventory. The contractor shall also coordinate movement of property out of the warehouse by communicating with appropriate Supply personnel, transferring items to a staging area and updating the property location data. The contractor shall process all U. S. Postal Service Express, Registered, Certified Mail and all commercial express materials arriving from a CONUS location by GSA Contract Carrier (Federal Express, DHL, etc.) as containing classified material (SECRET or CONFIDENTAL). Classified materials, up to and including SECRET, are to be stored in secure areas in accordance with appropriate regulations when unattended. All classified materials handled by the contractor shall be transported in accordance with DOD 5200.1-R, DOD Information Security Program, Jan 1997 Chapter 7. The contractor shall not receive, handle, or process TOP SECRET classified materials. All TOP SECRET materials will be processed through the local DTRA/SC operated SCIF. The contractor shall assist the Federal couriers by sorting and preparing items for delivery and receiving, screening, sorting, and tracking items returned by the government couriers. The contractor shall screen, segregate, safeguard, and process accountable items to include but not be limited to weapons, classified items, sensitive items, pilferable items, Electrostatic Sensitive Devices (ESD) and hazardous materials. Materials are to be recorded and controlled during screening and processing utilizing the tracking system. After accountable property is scanned and recorded in the Smart Track System, the contractor shall deliver it to the Warehouse Receiving Section at 6200 Meade Road, Fort Belvoir Virginia or 8151 M Ave SE, Kirtland AFB NM. The contractor shall not process Defense Property Accounting System (DPAS) items for delivery through the Mail Centers. The contractor shall process “not deliverable as addressed” items in accordance with guidance from the DOD 4525.6-M, Section C3.4.6, P86-90 and Tables C3.T1,-C3.T6, P94-97. 4.5. Process Outgoing USPS, Commercial Express, Ground Materials, Department of State - Unclassified/Classified Pouch Material and Mail. The contractor shall inspect, sort, and dispatch all outgoing mail, inter-office distribution, and commercial express and ground service materials. The contractor shall process and dispatch commercial express and ground shipments using the appropriate commercial carrier. This includes but is not limited to inspecting the items being dispatched for prohibited or hazardous materials, verification of the authorization for dispatch of accountable property, proper packing, and preparation of correct carrier or customs documentation required for shipment. The contractor shall prepare outgoing USPS mail within the NCR at the CPF for pickup by the Navy. A Navy mail courier will pick up the mail from the CPF at 1300 hours daily. The contractor shall prepare outgoing USPS mail in the Mail Center for pickup by the 377 MSG/SCSB at Kirtland AFB. A courier from the 377 MSG/SCSB will pick up the mail from the DTRA Mail Center at Kirtland AFB at 1330 hours daily. The contractor shall provide tracking information for all accountable shipments to customers via e-mail by Close of Business (COB) the day of dispatch. The contractor shall implement procedures to identify service failures and follow up on service issues and problems encountered with commercial carriers or the U. S. Postal Service. The contractor shall handle and respond to status queries from customers for accountable items using the automated tracking system as appropriate. The contractor shall refer all unresolved problems dealing with classified or accountable items to the COR for assistance. The contractor shall prepare shipments destined to overseas addresses using the U. S. Postal System, State Department, or commercial carrier. The contractor shall record each accountable item being dispatched in the appropriate dispatch document (Commercial Carrier, USPS or DoS forms) and maintain a copy for reconciliation with statements and query purposes. The contractor shall deliver all electronic equipment destined for overseas American embassies through the DOS Technical Security and Safeguard (TSS) office for screening and certification, back to the CPF for packaging, then to the DOS Classified Pouch Facility located in Springfield, VA for transport to the overseas location. The contractor shall comply with the DOS Classified Pouch Instructions from the DOS through this process. The contractor shall review the requirements, check the Coding Accuracy Support System (CASS) to certify addresses, and ensure execution and quality of the final mailing, for special mailings, such as production mailings. 4.6. Transport Mail and Accountable Material to DTRA Units and Locations: The contractor shall transport DTRA mail, distribution, commercial express and ground shipments, and accountable material that are needed by customers immediately for delivery and pickup between the following locations according to the appropriate WPSG: Within the NCR: Central Processing Facility, 6200 Meade Road, Fort Belvoir VA 22060 DTRC Building, 8725 John J. Kingman Road, Fort Belvoir VA 22060 DLA Building, 8725 John J. Kingman Road, Fort Belvoir VA 22060 Base Post Office, 21st St, Fort Belvoir VA 22060 At Kirtland AFB NM 1680 Texas St SE Kirtland AFB NM 87117 8151 M Ave SE Kirtland AFB NM 87117 8700 East Ordnance Road Kirtland AFB NM 87117 2048 7th Street SE Kirtland AFB NM 87117 1900 Wyoming St SE Kirtland AFB NM 87117 The contractor shall schedule runs to meet optimum dispatch of outgoing materials and connecting runs to other facilities. The contractor shall transport DTRA mail, commercial express, and ground shipments for delivery and pickup on as required basis, generally three per week, i.e. Monday, Wednesday, and Friday at the following location: DTRA/TEI Facility, 14705 Willard Road, Chantilly, Virginia The contractor shall deliver/pickup pouch materials being dispatched via the DoS Pouch System (Classified & Unclassified) to/from DTRA units serviced through the DoS Pouch System at the following locations as required: SA 32, 44132 Mercure Circle, Sterling Virginia SA 8, 7000 Loisdale Road, Springfield, Virginia The contractor shall not transport Agency inter-office distribution or materials of any type to any site not listed in paragraph 4.6, without advance written approval of the COR. 4.7. Vehicles Management The contactor shall provide and operate the vehicles used to transport commercial express, ground materials, distribution, and mail between all locations required both in the NCR and at Kirtland AFB NM. As a minimum, one vehicle shall have the capability of loading/unloading items directly onto and off the dock (Four foot dock height) at the DTRC and CPF and the capacity to accommodate a minimum of four (4) USPS General Purpose Containers (GPC). All contractor furnished vehicles shall be lockable and provide adequate security (DOD 5200.1-R) and protection from the elements for materials being transported. The contractor shall also be responsible for all upkeep, maintenance, registration, insurance, taxes, and other associated requirements for operating the vehicles. The vehicles shall only be operated by individuals with current and valid driver’s licenses employed by the contractor. The contractor shall arrange for an alternate vehicle within four business hours if one of the primary vehicles is disabled. The government will provide parking spaces for the vehicles at the DTRA Central Processing Facility (CPF), located at 6200 Meade Road, Fort Belvoir Virginia and at 1680 Texas St SE, Kirtland AFB, NM. Access for the vehicles to all DTRA facilities will be provided when vehicle passes are acquired and other security procedures are completed. The contractor shall not transport Agency inter-office distribution or materials of any type to any site not listed in paragraph 4.7, without the approval of the COR. 4.8. Operate Mail Centers and Provide Customer Service The contractor shall maintain DTRA Core Working Hours (0730 – 1600), Monday through Friday excluding government holidays at the DTRC Mail Center and the DTRA Central Processing Facility. The contractor shall provide customer service access via the customer window each business day from 0730 to 1600 hours. The contractor shall assist customers with preparing outgoing accountable mail or packages, including classified items, for dispatch. This includes inspecting materials to be mailed, completing the necessary forms, and assisting in preparing envelopes or packing materials. The contractor shall assist DTRA couriers or DTRA office personnel with proper preparation of classified materials (SECRET and below) to be hand carried to/from DTRA by officially appointed government couriers. The contractor shall receive outgoing official DTRA mail destined for dispatch through the U. S. Postal Service (USPS), including inspecting envelopes for proper preparation and content. The contractor shall process items deposited by customers for dispatch via commercial express and ground service carriers. This includes but is not limited to; inspecting the items being dispatched, verification of the authorization for dispatch of accountable property, proper packing, and preparation of correct carrier or customs documentation required for shipment. The contractor shall sort incoming items and place non-accountable mail in the appropriate electronic lock boxes (one set at each Mail Center and one set in the HQC facility). The contractor shall deliver to desk side accountable items for DTRA authorized recipients, and update the tracking system as required. 4.9. Distribute and Track Copier and Printer Paper In the NCR Only The contractor shall receive, transport, and deliver paper to copiers and printers throughout the DTRC building to all locations as identified by the COR. The contractor shall deliver on an established schedule, generally once to each location every five business days, or as requested by customers on an exception basis. The contractor shall maintain history information of the date and quantity delivered to each location. 4.10. Record Keeping and Maintenance and Reconciling Statements. DTRA receives shipping transaction detail on government purchase card statements and statements from commercial carriers for both commercial express and commercial freight shipments, that are paid through the DTRA Finance Office. The Navy in the NCR and 377 MSG/SCSB at Kirtland AFB also issue service reports quarterly. The contractor shall record, review, reconcile, and validate financial shipping transactions and associated statements and research and resolve discrepancies daily. The contractor shall perform records management duties for the DTRA CPF and Mail Center records, including maintaining the file plans, filing new records, maintaining the files, and disposing of records in adherence to relevant DTRA, Department of Defense (DOD), and Federal directives for this function. DTRA 5015.1, DTRA Records Management Program. The contractor shall identify service failures and work with the COR for recovery of charges from commercial carriers and the USPS for service failures. The contractor shall follow-up on each request until the refund has been received from the commercial carrier or USPS to the appropriate GPC Card or appropriate DTRA funding line. The contractor shall research and analyze methods to reduce shipping costs, including implementation of alternate authorized carriers and services (Best Service at Best Price). The contractor shall maintain a resource and policy library and add new reference material as required, produce address reports, mailing labels, and assist with production or special mailings as required. The contractor shall utilize automated address management tools such as Postal Soft Software (Government furnished software) to acquire CASS certification for all DTRA production/special mailing and assist DTRA patrons to manage, maintain databases, and interface with other DTRA office managers to correctly prepare for production/special mailings to include type/format of mailing, selection of correct envelope and labeling of these mailings. The contractor shall enforce and implement proper addressing standards for all mail being tendered for dispatch through the USPS. The contractor personnel performing these duties must be certified in Postal Soft and oversee the use of Automated Address Management Tools (Postal Soft), and be proficient in Microsoft Word, Excel and Access software programs. Contractor personnel maintaining data spreadsheets are directly responsible for daily entry and monitoring of funds being expended and shipping costs, and will advise both the Contractor Project Supervisor and Government COR daily to maintain constant accountability of resources and sources being utilized. The contractor performing these duties shall train other contractor employees on how to effectively access and use the information. 4.11. Security and Safety Requirements: The contractor shall support the DTRA Security Manager and COR with security and safety functions for the CPF, Mail Centers, and Temporary Storage Units located in Building 1977. This will include, but not be limited to attending meetings, reviewing and assuring conformance by contractor personnel of pertinent informational security, operational security, and force protection security requirements, performing the maintenance and completion of security checklists, posting notices and signs as appropriate. The contractor shall monitor contractor staff access rosters, CAC Cards, Access Badges and Access Codes, and other security requirements to ensure they are current and active. The contractor shall also interface and coordinate with DTRA Logistics and storage cage holders. The contractor shall interface with and support the DTRA Safety & Health Manager to ensure a safe working environment, identify and report safety issues and concerns, and coordinate correction of identified occupational health and safety concerns. 4.12. Survey and Report on Customer Satisfaction, and Weekly Reports The contractor shall support the ongoing DTRA customer electronic survey program, including selecting customer samples, recommending the revision of survey questions to the COR when appropriate, interfacing at the end of each survey with DTRA process improvement and innovation staff, and analyzing and reporting survey results in a timely manner. The contractor shall provide a weekly activity report (metrics). This report is a summary of the data required in Paragraph 4.3 and Paragraph 4.10 of the SOW. The Operations Supervisor at the CPF in the NCR shall consolidate the data from Albuquerque within the report by and forward the report to the COR on a weekly basis. The contractor shall maintain this report on the DTRA share drive and update the report as actions occur (daily). The contractor shall forward the database via e-mail to the COR weekly, as a weekly activity report for both metrics for what is accomplished/dispatched, and balances of funding being expended. Additionally, the contractor maintains the Weekly Activity Schedule (WAS) for each facility, which is contained in this database, updated quarterly, and reviewed during weekly meetings conducted at the CPF. Albuquerque personnel shall attend these meetings via conference phone. The data in this database is covered in Paragraphs 4.3 and 4.10 of this statement of work. The COR authorizes all payments for services provided by DHL / Federal Express / Maintenance / Production Mail to each vendor upon verification of invoices against dispatch records and mailing/maintenance requirements as they occur. (CDRL A002) 4.13. Prepare and Respond to Audits, Reviews, Inspections and Visits: The contractor shall prepare response to audits, usually occurring several times per year, such as audits by GSA, DOD, Postal Service or DTRA, reviews, inspections, and visits and provide them to the COR not later than 2 working days prior to the due date. This will include, but not be limited to planning, coordinating, preparing materials, making presentations, conducting tours or conducting operational capability demonstrations, and follow-up requirements based on audits, reviews, inspections or visits. The contractor shall provide information to the COR as requested to handle and respond to other requests that are received from within DTRA, or other components of the DOD or work related requests from other government agencies. 5. Reserved 6. Reserved 7. Government Furnished Property and Services 7.1. Facilities The Government will furnish the following facilities including utilities, heating and air conditioning at no cost to the contractor: • DTRA Central Processing Facility (CPF) located at 6200 Meade Road, Fort Belvoir, Virginia 22060 • DTRA Mail Center located on B1 Level, DTRC located at 8725 John J. Kingman Road Ft Belvoir, Virginia 22060 • DTRA Mail Center located at 1680 Texas St SE Kirtland AFB NM 87117. • Lock boxes in other DTRA locations as needed. The Government will provide for the facilities as appropriate, maintain, upgrade or replace, if necessary: • All equipment, furniture and furnishings • Safety technology and equipment as follows: Eye Wash Station in building 1976, Fort Belvoir, VA, Neoprene Gloves for use in mail handling, Material Safety Data Sheet Book, and Dangerous Goods Storage Lockers. • Existing telephone and data lines as necessary to operate automated equipment • Refuse collection • Pest control services • Fire protection • Internet and e-mail service for existing workstations in the CPF and in each Mail Center for purposes of accessing postal regulations, tracing commercial shipments, and communicating with DTRA customers • The Government will provide custodial staff to clean assigned space at the level provided to other DTRA offices • Hasler Mail Tracking System Hardware (palm pilots and scanners) and Smart Track System • Sealed Air Foam-In-Place Machine • American Locker Computerized Lockboxes The contractor shall keep screening equipment, assigned workspaces, and other assigned equipment clean and report items that need repair or maintenance to the COR immediately. DTRA facilities are designated as non-smoking areas. The contractor shall return the facilities to the Government in the same condition as received; fair wear and tear, and COR approved modifications excepted. Government listed facilities or indicated portions of multi-user facilities shall be used for performance of this contract only. 7.2. Property, Equipment, and Supplies: Property and equipment currently located in or belonging to the CPF and Mail Centers will be furnished to the contractor to use in performing the work defined in this Performance Work Statement. The Government will also provide any other property, equipment and supplies (including such things as packing supplies, supplies for the Foam-in-Place machine, pens, pencils, paper, staples, stamps, stamp pads, ink, etc) necessary for the contractor to fulfill the service requirements under the task and satisfy security, safety, environmental, and other policies, requirements, and standards. Ten (10) USPS General Purpose Container (GPC) containers are furnished by the Government, and are currently maintained at the CPF. 7.3. Reserved 8. Contractor Furnished Equipment: The contractor shall provide all personnel, equipment, materials, and supervision, to include all commercially available Chemical, Biological, Radioactive Nuclear, or Explosive (CBRNE) equipment and services necessary to accomplish the task, excluding government furnished property and equipment as listed in paragraph seven (7). Contractor provided CBRNE and safety equipment shall comply with OSHA standards for personnel performing comparable jobs, to include full face respirators and safety toe shoes. 9. Training: 9.1 Contractor Provided Training: The contractor shall ensure that its staff is properly trained and equipped to deliver all services defined herein as well as comply with all applicable Government, DOD and DTRA mail and postal regulations and policies. The contractor shall also ensure that its staff acquires other training necessary to ensure that safety and security, as well as any other pertinent requirements and standards are satisfied. The contractor shall provide the training for using the CBRNE respirators. 9.2 Government Provided Training: The Government will provide the following training under this order as follows: Minimal formal DTRA specific training requirements for all contractor personnel working on this contract are addressed below and will be provided by DTRA. Satisfactory completion (certificate of completion) and demonstrated proficiency of subject matter is required to continue working on this contract once the employee is afforded the opportunity to attend training by the government. (1) X-Ray Recognition Training – Initial Training: 16 hours Classroom/Hands-On Training. Annual Recertification: 8 hours annually. (2) International Air Transport Association (IATA) Dangerous Goods Regulation, Section 1, Paragraph 1.5. (3) All necessary security, safety, pertinent Continuity of Operations Plans (COOP), and other training which is considered mandatory for DTRA employees. If the DTRA training is deemed pertinent for contractors working on this contract, DTRA will incur the cost. (4) GSA, USPS, DOD, and commercial vendor postal, express ground, or professional proficiency training (i.e., MPSA Workshops, GSA Postal Seminars, MAILCOM, and USPS Postal Forums) at the discretion of the COR 10. Personnel: The contractor shall be the employer for all personnel furnished under this task and shall provide all required recruiting, training for certifications and training other than listed in paragraph 9. 10.1. Management of Contractor Functions and Employees: The contractor shall provide a Project Supervisor to oversee the Central Processing Facility and Mail Center operations being performed by the contractor’s employees. The contractor shall provide an equitably trained and qualified designated alternate authorized to act and perform in the Project Supervisor’s absence. 10.2. Personnel Risks and Physical Requirements of Employment: All employees under this contract shall understand the risk associated with the work conditions and location in regard to receiving commercial express and ground carrier materials, mail, and property that could possibly contain explosives or chemical, biological, or radiological agents. All contractors shall be briefed regarding emergency procedures immediately upon beginning work on this contract and on a recurring basis by the Project Supervisor and government COR. Contractors shall understand the possible mandatory need for decontamination and undertaking a regimen of antibiotics such as CIPRO, or other medicines and treatments, depending on the nature of the emergency. Contractors may be required to wear contractor provided protective respirators in the performance of their duties. The contractor must: (1) Receive medical clearance from a private physician to wear a full face, negative pressure respirator. (2) Have the clearance documented using the standard OSHA respirator clearance questionnaire. An example is on the OSHA website at: http://osha.gov/pls/oshaweb/owadisp.show_document?p_table=STANDARDS&p_id=9783 (3) Provide a copy of the signed questionnaire to the Contractor protective mask technician for fitting and issue of their full face, negative pressure respirator. A copy of each contractors signed questionnaire will be maintained by the onsite company supervisor. A minimal amount of work performed is sedentary in nature. The majority of work requires long periods of standing, walking, bending and also requires lifting and carrying of packages, pouches, or bags of heavy to moderate weight (up to 70 pounds) and the occasional lifting and carrying of heavier items, DOD 4525M, Para C.2.4.1.4 10.3. Reserved 10.4. Reserved 10.5. Personal Conduct of Contractor Employees: Contract employees may, on occasion, be required to handle information of a personal and sensitive nature. Therefore, the contractor shall ensure that its employees comply with the confidentiality regulations and other guidance furnished by the component DTRA office where the work is performed. The contractor shall ensure that all contractors working on this task shall: • Act in a polite and courteous manner and perform all tasks in a highly professional fashion at all times. • Answer the phone promptly and in a courteous and business-like manner. • Use the telephone only for official business. • Conform to personal attire and conduct standards established by DTRA for Government and contract employees working in Government facilities. The contractor shall ensure that all contractors working on this task shall not: • Use profanity of any sort • Consume illegal drugs • Consume prescription drugs or over the counter drugs which may interfere with the ability to perform assigned tasks • Consume alcohol twelve hours prior to or while on duty • Use tobacco products in Government offices • Discuss official Government business outside official duties, nor release any statement /information to the press, nor make public remarks concerning Government business The contractor is financially responsible for all tolls and charges attributable to contractors’ use of the telephones for other than official reasons. 11. Transition Plans The contractor shall provide a transition plan to ensure an orderly transition of functions and tasks from the outgoing contractor to their company. The contractor shall provide a transition plan to be used at the end of the task order period to ensure an orderly transition to an incoming contractor awarded the follow-on effort. 12. Reserved 13. Travel: The contractor shall be required to travel locally between sites in the Northern Virginia area or Albuquerque NM area. The contractor will be required to travel in performance of the above tasking for training. Travel requirements are anticipated to be one trip per year, three to five days per trip, and two people per trip from Albuquerque, NM, to Fort Belvoir, VA. CAPABILITIES: Potential sources must have experience and expertise that demonstrates an in-depth knowledge and background in providing Central Processing Facility (CPF) and Mail Center Support Services in a performance-based Department of Defense environment. RESPONSES: Offerors having the required capabilities necessary to perform the stated requirements are invited to provide information to contribute to this sources sought. Interested offerors should provide within their electronic responses the following: 1. Company name, address, point of contact, telephone number, email address, business size and small business status such as disadvantaged, 8(a), HUBZone, Woman Owned, Minority Owned, and/or Service Disabled Veteran Owned Small business. 2. Ideas/Recommendations for an acquisition strategy to satisfy the stated requirements (e.g. single contract, single award IDIQ, multiple award IDIQ, SEAPORT, GSA Federal Supply Schedules, etc). Should GSA Federal Supply Schedule be recommended, note that all items must be listed on the GSA schedule. Responses shall not exceed five (5) pages in total. Please submit responses to Anne Behne at anne.behne@dtra.mil, no later than July 14, 2009 at 1500 hours Eastern Time. DTRA will provide additional information and release draft documents as they become available. DTRA will not entertain ‘one on one’ meetings at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/BLL090014705/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, VA 22060, 1680 Texas St SE, Kirtland AFB, NM 87117, Fort Belvoir, Virginia, 20124, United States
Zip Code: 20124
 
Record
SN01867393-W 20090709/090708000934-92a1ce12d9a9c7bb12b04e85ac33bdbd (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.