Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2011 FBO #3536
SOURCES SOUGHT

R -- SAFE WORK ENVIRONMENTS FOR EMERGENCY PERSONNEL (SWEEP) II

Notice Date
7/29/2011
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting 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
PSC70448
 
Archive Date
8/27/2011
 
Point of Contact
Bettie Hartley, Phone: 301-443-7848
 
E-Mail Address
bettie.hartley@psc.gov
(bettie.hartley@psc.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION "This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice." This is strictly market research; therefore no questions regarding this market research will be entertained. BACKGROUND The U.S. Department of Health and Human Services Program Support Center Federal Occupational Health Service (FOHS) provides a broad range of occupational health services to other Federal agencies. Under the Safe Work Environments for Emergency Personnel II project, FOHS provides safe places for Federal disaster responders to assemble, set up regional emergency operations centers, ship pre-staged Federal disaster response kits to disaster sites, receive kits back from disaster sites, and prepare kits for future disaster response operations. SWEEP II facilities are expected to range in size from 4,000 to 100,000 square feet to support Federal personnel who will operate regional, national and international emergency response centers in the event of disasters. PURPOSE AND OBJECTIVES The purpose of this project is to obtain logistics and transportation support services in order to establish and operate safe work sites for Federal emergency response teams. The objectives of the project are to: 1. Obtain leases for offices and warehouses at commercial locations selected by the Government 2. Prepare the sites for use by the Federal emergency response teams 3. Transport Federal supplies and equipment to and from the sites 4. Provide material handling, cleaning, repacking and inventory support 5. Provide ongoing site support services such as cleaning and maintenance. PROJECT REQUIREMENTS The Government is seeking vendors who can meet the following project requirements. 1. Secure leases from commercial office and warehouse owners at sites selected by the Government. Leases shall be for 12 months, followed by one to four option years. 2. Prepare leased sites for use by Federal emergency response teams. This requirement includes cleaning, painting, installing tile or carpet flooring; installing or upgrading physical security assets such as alarm systems, skylight grills, and fences; conducting minor upgrades to existing electrical systems to handle heavier current loads; and construction of small rooms to store controlled pharmaceutical supplies in accordance with DEA regulations. 3. Transporting heavyweight freight via air, ocean or ground express subcontractors to and from SWEEP sites. 4. Providing material handling laborers and material handling equipment, usually on an on-call basis; conducting periodic inventories of Government supplies and equipment at each site; cleaning equipment returning from disaster response operations in the field; and repackaging supplies and equipment. 5. Providing routine site support services such as monthly cleaning, pest control services, minor repairs (in conjunction with the site owner/operator), and utilities payments (if not included in lease terms). 6. Providing monthly activity reports and invoices for payment, and providing quarterly or annual inventory reports as needed. ANTICIPATED PERIOD OF PERFORMANCE Services will be required for a base year from November 1, 2011 to October 31, 2012; with four option years. One to three sites operational in the base year may be phased out at the end of the base year. Current plans are to phase in three new sites for other Federal agencies at other locations during the base year. Additional sites may be phased in or out during the option years, depending on the needs of the Government. IMPORTANT CONSIDERATIONS Since these sites involve emergency operations, vendors may be asked to provide services after normal business hours, on weekends, and during holidays HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses ARE STRONGLY ENCOURAGED TO SUBMIT CAPABILITY STATEMENTS. INFORMATION SUBMISSION INSTRUCTIONS This notice is for PSC's planning only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. The written response to this notice should consist of the following items: 1. A statement describing their capabilities to provide required services 2. Information about their experience in providing these services 3. DUNS number 4. Organization name, address, 5. Technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. 6. Size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code, 7. Teaming Arrangements: All teaming arrangements should also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. 8. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. This information should be provided electronically in Microsoft Word or Adobe PDF format to the e-mail address of the Contract Specialist /Contracting Officer listed in this announcement. Responses must be submitted not later than 12 Noon EST on Friday, August 12, 2011. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is twenty (20) pages. As previously stated, the Government will not entertain questions regarding this Market Research; however, general questions may be forwarded to the Contract Specialist/Contracting Officer listed in this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC70448/listing.html)
 
Place of Performance
Address: NATIONWIDE, United States
 
Record
SN02516027-W 20110731/110729235613-0e1974511f4f59828bd27c499ac52747 (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.