SOLICITATION NOTICE
99 -- Infant & Child Shelter Support Items - SOW
- Notice Date
- 7/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453998
— All Other Miscellaneous Store Retailers (except Tobacco Stores)
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Disaster Assistance Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washingotn, District of Columbia, 20472
- ZIP Code
- 20472
- Solicitation Number
- HSFEHQ-10-Q-0110
- Archive Date
- 7/23/2010
- Point of Contact
- Oneko D. Dunbar, Phone: 2026467916
- E-Mail Address
-
oneko.dunbar@dhs.gov
(oneko.dunbar@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW FEDERAL EMERGENCY MANANGEMENT AGENCY Recovery Directorate BLANKET PURCHASE AGREEMENT This BPA will decrease costs, reduce paperwork, and save time by eliminating the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the ordering activity that works better and costs less. Title: Infant & Child Shelter Support Items •A. BACKGROUND Historically, there has been an absence of adequate and appropriate shelter support and care for infants and children within shelters during disasters. The Infant and Child Kit list has been developed by the National Commission on Children and Disasters with guidance from subject matter experts in emergency management and pediatric care. This document identifies, and requests for, basic supplies necessary to sustain and support infants and children, within a 100 person shelter based on shelter statistical data, up to 3 years of age for a 72 hour period within any given shelter. Traditionally, the overwhelming majority of shelter providers have offered limited to no direct assistance for infants and children within shelters. Currently, there is no contracting method for the Federal government to provide this type and level of support within the shelter community. Federal, state and local jurisdictions will provide caches of supplies to support the care of children in mass care shelters and emergency congregate care facilities for a minimum of 72 hours. The amount of supplies cached in an area should be based upon the potential number of children up to 3 years of age that could be populating the local shelters and facilities for a minimum of 72 hours, as determined by an assessment of current demographic data for the jurisdiction. Such a level of preparedness is critical due to the high vulnerability of this population. •B. SCOPE FEMA requires the means to provide Infant and Child Shelter Support Items to shelter providers, when requested by a State, pursuant to Section 403 (b) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Public Law 93-288) as amended. A 24-72 hour supply of essential child-specific supplies should be on site prior to the opening of a shelter or facility. A Blanket Purchase Agreement (BPA) is requested as the primary acquisition method for procuring Infant and Toddler Shelter Kit Shelter Support Items. Contractor shall provide Kit items for FEMA to purchase, as needed, based on requirements set forth by FEMA. FEMA will not be warehousing these support items as they will be ordered on an as-need basis to support shelters with a general population of 100 persons in an affected jurisdiction. C. APPLICABLE DOCUMENTS N/A D. PERIOD OF PERFORMANCE The ordering period for services shall not exceed 60 months from Date of Award. This BPA expires on______or at the end of the_______ period, whichever is earlier. E. SPECIFIC TASKS Each full Infant and Toddler Shelter Kit may include all of the following. Baby & Children's Items Description Quantity Baby Food - Stage 2 (Includes veggies, fruit, cereals and meat) 3.5 - 4 oz jars / 12 jars daily each X 10 children = 120 jars daily X (Three days supply) 360 Formula, milk-based, ready to feed (already mixed with water) 32 oz daily each X 8 children = 256 oz daily X (Three days supply) 48 quarts or 130; 6oz bottles Formula, hypoallergenic-hydrolyzed protein, ready to feed (already mixed with water) 32 oz daily each X 8 children = 256 oz daily X (Three days supply) 12 quarts or 38; 6oz bottles Formula, soy-based, ready to feed (already mixed with water) 32 oz daily X 2 child = 64 oz daily X (Three days supply) 12 quarts or 38; 6oz bottles Oral electrolyte solution, ready to use, unflavored (i.e.-Pedialyte) 32 oz X (Three days supply) 7 quarts or 20; 6oz bottles Nutritional Supplemental Drinks for Kids/children (over 12 months of age), ready to drink (i.e.-Pediasure) 28-120 oz daily (not larger than 8 oz bottles) 31 quarts or 164 6oz bottles Pull up diapers (38 lbs +) 4T - 5T 4 cases of 40 Diapers, Infants (27 lbs +) Size 5 4 cases of 40 Diapers, Infants (22-37 lbs) Size 4 4 cases of 40 Diapers, Infants (16-28 lbs) Size 3 4 cases of 40 Diapers, Infants (12-18 lbs) Size 2 4 cases of 40 Diapers, Infants (up to 14 lbs) Size 1 4 cases of 40 Diapers, (Up to 6 lbs) Preemie 4 cases of 20 Diaper (Baby) wipes (Fragrance free) Small package Minimum of 200 Baby Ointment.5 gram 40 Baby Powder 1.5 oz. 12 Burping Cloth 16" x 24" 14 Coloring Books 14 Crayons 24-count 14 Infant feeding bottles (plastic only) 4 - 6 oz. size preferred (to address lack of refrigeration) 35 Nipples for Baby Bottles (non-latex standard) 2 per bottle 140 Infant/small child feeding spoons Small width, soft tip 84 Diaper Rash Ointment (petroleum jelly, or zinc oxide based) Small bottles or tubes 60 Disposable Changing Pads At least 13x18 in in size. Quantity is based on 8-10 diaper changes per infant per day 180 Infant bathing basin Thick plastic non-foldable basin. At least 12" x10" x 4" 20 Infant wash, hypoallergenic 1 travel size (2oz) bottle to last ~48 hrs per child. 30 Wash cloths Terry cloth/cotton - at least one per child per 72 hour period 30 Towels (for drying after bathing) Terry cloth/cotton - at least one per child per 72 hour period 30 Lightweight Blankets (to avoid suffocation risk) Should be hypoallergenic, (e.g., cotton, cotton flannel, or polyester fleece) 30 Portable Crib For infants up to 12 months of age 7 Toddler potty seat Fits on the seat of an adult toilet, with handles for support. 4 ea ( 2 for men's / 2 for women's restroom) Electrical Receptacle Covers Minimum 36 1 package of 36 each FEMA reserves the right to modify the contents of each order, based on the list in section E, dependent on the disaster-specific needs of the affected population. Contractor shall maintain accurate records of all shipments and deliveries and ensure that proper signatures are obtained for tracking and accountability purposes, in accordance with government regulations. Contractor shall consult with FEMA before substituting any items specified on the list. F. QUALITY CONTROL PLAN Contractor shall be able to deliver Infant and Toddler Shelter Support Items which have a marked shelf life of three to six months for food items and not less than three months for non edible items. G. DELIVERABLES AND DELIVERY SCHEDULE Contractor shall be able to deliver Infant and Toddler Shelter Support Items caches nationwide, including the continental US (CONUS) and outside the continental US (OCONUS). Contractor shall have a delivery capability of 24 hours from the time of request, or within a reasonable timeframe as negotiated with the Contracting Officer. H. SHIPPING Contractor shall ship items as determined and specified on each Task Order. I. PERIOD OF PERFORMANCE The period of performance for this contract is August 1, 2010, to July 31, 2011, with five (5) annual optional extensions. Subcontractors are permitted under this contract provided they meet the guidelines specified above. J. GOVERNMENT CONTACTS The Contracting Officer and COTRs are the only authorized Government points of contact with the contractor in regards to this BPA. COTR: Kenneth Graham CO: TBA K. MINIMUM/MAXIMUM ORDERS PER CALENDAR YEAR The ordering activity estimates a MINIMUM of ten (10) Infant and Toddler Shelter Kit (described above) will be purchased. The total not-to-exceed amount for all orders issued against this BPA shall not exceed $5,000,000 unless further authorized by the Contracting Officer via modification. L. WHO MAY PLACE ORDERS AGAINST THIS BPA A Contracting Officer's Technical Representative (COTR) assigned to this BPA which would act as the ordering manager liaison to the Contracting Officer (CO) or Contract Specialist (CS) assigned. This COTR would take the orders requested by the field and convey them to the CO/CS who then would place the order with the Vendor(s) under the BPA. The COTR would ensure all orders are placed with all necessary and accurate information. Any substitutions or alterations to the order needing to be made by the Vendor would need to be approved by the CO/CS who would coordinate with the COTR to ensure accuracy and compliancy. The contracting office shall process each order/call against the BPA. Orders/calls will be competed among BPA awardees. All new orders must be provided in writing by the Contracting Officer only via electronic mail, fax, hard copy, or telephone call. This BPA does not obligate any funds. Obligation of funds is done through each individual order/call. Orders shall be placed on an as-needed basis. M. INVOICES Invoices will be submitted to the address specified within the order/call issued against this BPA. N. ACCEPTANCE AND INSPECTION The Contracting Officer's Technical Representative (COTR) is a Government official who has been delegated specific technical, functional and oversight responsibilities for this BPA. An appropriate acceptance official is responsible for inspection and acceptance of all shipments, documents and services. Certification by the Government of satisfactory items provided is contingent upon the Contractor performing in accordance with the terms and conditions of this order, and all amendments. The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this BPA will take precedence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAMOPSDA/HSFEHQ-10-Q-0110/listing.html)
- Place of Performance
- Address: Nationwide, including the continental US (CONUS) and outside the continental US (OCONUS)., United States
- Record
- SN02195566-W 20100704/100702234436-be266bee934a185becfc96d8c461c5b0 (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 |