Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2011 FBO #3381
SOLICITATION NOTICE

S -- STORAGE & WAREHOUSING SERVICES

Notice Date
2/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-2011-Q-0004
 
Archive Date
4/6/2011
 
Point of Contact
Sara P Marcus, Phone: 405-951-3998
 
E-Mail Address
sara.marcus@mail.ihs.gov
(sara.marcus@mail.ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, (includes amendments thru FAC 2005-48, effective January 31, 2011) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. NAICS CODE: 531120, SIZE STANDARD: $5M Set Aside: Total Small Business CLINs: There will be four (4) CLINs - (1) Base year requirement for warehousing/storage services as described herein, to be invoiced once per month for 12 months; (2) Option Year 1 requirement for warehousing/storage services as described herein, to be invoiced once per month for 12 months; (3) Option Year 2 requirement for warehousing/storage services as described herein, to be invoiced once per month for 12 months; (4) Contractor shall transport IHS supplies from existing contractor facility to new contractor facility. BACKGROUND: The Indian Health Service (IHS) National Supply Service Center (NSSC) located in Oklahoma City, Oklahoma, serves IHS and Tribal Health Care facilities nationwide. The NSSC coordinates and manages the purchase and distribution of pharmaceuticals, medical, and other health care related supply items. Accordingly, NSSC serves as the IHS supply management operation and distributor of emergency and pandemic supplies. Currently the NSSC has a contract for storage and warehousing services for H1N1 vaccine, antiviral products and PPE's for approximately 36,000 customers nationwide. A base year plus two option years contract for warehousing and storage services is required to fulfill this function. STATEMENT OF WORK: The contractor shall provide warehousing/storage services in a clean indoor facility complete with mechanical shelving and racks, all required equipment (forklifts, pallet jacks, pallet wrapping machines, etc.), labor, 24/7 security, insurance and all other requirements necessary for the warehousing/storage and movement of pandemic and emergency preparedness products for the IHS NSSC. The contractor will be responsible for properly storing and securing IHS supplies for the duration of the contract. Contractor shall: Provide a clean indoor facility large enough to store up to 750 pallets (pallet dimensions 4 feet wide x 4 feet deep x 6 feet tall); Movement of products from Contractor's warehouse to semi trucks authorized by the NSSC for transport to NSSC customers; Movement of products from semi trucks authorized by the NSSC to contractor's warehouse; Ensure products are prepared for shipment according to product specifications for transport and/or by consultation with NSSC; Ensure movement of product is accomplished within 3 hours of NSSC notification; ensure all requests for product movement action (incoming and outgoing) are accepted only from NSSC designated personnel; ensure NSSC designated personnel have available 24/7 access to products; Transfer/move all emergency preparedness and pandemic supplies from the current IHS contracted warehouse/storage facility to contractor's facility within 5 days from date of contract award or as directed by the Contracting Officer. The Government intends to award a one year plus two option years Firm Fixed Price contract. The anticipated date of award is April 18, 2011, with performance to start May 1, 2011. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items. No addenda. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate offers: (1) Price (2) Technical Capability. Factors are of equal importance. Award will be made to the responsible offeror whose quote is technically acceptable, responsive to the requirements of this solicitation, and presents the best overall value to the Government. Only one award will be made. The Government intends to evaluate quotes and make award without discussions; however, the Government reserves the right to hold discussions if necessary. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and FAR 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification. Offerors shall include a completed copy of these provisions with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-6 Equal Opportunity; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements. Full text of the FAR provisions and clauses may be accessed on line at https://www.acquisition.gov/far/index.html. The following HHSAR clauses apply to this requirement and may be accessed at http://www.hhs.gov/policies/hhsar/: 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010); 352.223-70 Safety and Health (January 2006); 352.231-71 Pricing of Adjustments (January 2001); 352.270-2 Indian Preference (April 1984). Additional Requirements: 1) CENTRAL CONTRACTOR REGISTRATION: All offerors must ensure they are registered in the Central Contractor Registration. To register, please go on-line to http://www.ccr.gov. 2) Offerors shall provide quotations for each CLIN based on the requirements described in the Statement of Work. 3) Questions regarding the requirement must be emailed to the address within this announcement by 4 p.m. CST March 4, 2011. 4) Quote submission requirements must be emailed to sara.marcus@ihs.gov and shall include price per month, annual price and grand total price; a completed copy of provision 52.212-3, Offerors Representations and Certifications - Commercial Items and 52.222-52 Exemption from Application of the Service Contract Act for Certain Services with its offer; DUNS & EIN numbers; 3 references (name, address, telephone number) of same/similar contracts held currently or within the past 2 years. All responsible sources may submit a quote which shall be considered. Answers to questions and clarifications will be posted as an amendment to the solicitation. Date/Time/Place for submission of quotes: March 22, 2011, NLT 4PM CST via email to sara.marcus@ihs.gov Point of Contact: Sara Marcus, Contract Specialist, Email: sara.marcus@ihs.gov, telephone 405-951-3998.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-2011-Q-0004/listing.html)
 
Place of Performance
Address: Oklahoma City, Oklahoma City, Oklahoma, 73114, United States
Zip Code: 73114
 
Record
SN02386605-W 20110226/110224234242-930a53148ef41a2ff0f8c4a35b87dcd0 (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.