Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,2000 PSA#2510

FDA/DCFSC/CFCB 5600 Fishers Lane, HFA-531, Rockville, MD 20857

V -- WAREHOUSE AND MOVING SERVICE FOR WASHINGTON METROPOLITAN AREA SOL 223-00-9804 POC Contract Specialist Anne Oliver Tel (301) 827-7045 WEB: click here to download the RFP, www.fda.gov/oc/ofacs/contracts. E-MAIL: click here to contact the contract specialist, aoliver@oc.fda.gov. CORRECTION FOR SOLICITATION NO. 223-00-9804 Posted on December 22, 1999 Please disregard previous synopses. (Submission No. 410830) The Food and Drug Administration has a requirement for a full range of moving services and warehouse services for FDA buildings in the Washington Metropolitan Area (District of Columbia, Montgomery and Prince George's Counties). This includes 38 buildings comprising approximately 2,900,000-sq. ft. of office, and special purpose space and approximately 6,800 employees. The contractor shall provide all personnel, equipment, tools, expendables, vehicles, supervision, and other items and services necessary to perform a full range of moving and related services, defined in the Performance Work Statement (PWS), including, but not limited to, planning and estimating moves, warehouse management, inventory control, transportation of government property from site to site, assembly of systems furniture, set-up and maintenance of a system to manage task orders and budget validation, providing a designated amount of utility man hours on a monthly basis, and other related services in the most economical efficient manner within the prescribed area of consideration. Currently, the FDA expends approximately 24,560 man hours annually in executing its moving requirements. A fixed price contract is contemplated. This will be a one year contract with four one-year options. The tentative date of issuance of the RFP is on or about January 12, 2000, with proposals due approximately 30 days later. The proposed contract is full and open competition and all responsible sources may submit a proposal which shall be considered by the Agency. The Best Value Method will be used to determine the awardee. Large businesses are required to submit an acceptable subcontracting plan setting forth goals for participation by small, small disadvantaged, and women-owned small business concerns with their proposals. Evaluation criteria are as follows: Minimum Mandatory Requirements Offerors must submit a summary statement, not to exceed two 8 inch by 11 inch pages in length, verifying the following minimum mandatory requirements: 1. At least three (3) years of specialized, corporate experience in managing warehousing, planning and execution of moves, coordination of moves after working hours and weekends, and other related moving contract, and 2. Proven evidence of an established numbers of trained movers readily available to respond to FDA full range of moving services. Offerors that do not demonstrate that they meet these minimum mandatory requirements will be ineligible for award, and proposals submitted by these offerors will not be evaluated any further. Technical Evaluation Factors (Worth 50% of Overall Score) A. Work Management Plan (Worth 40 % of Technical Score) The offeror's work management plan shall consist of a narrative explaining the proposed management approach for the work identified in the Statement of Work. The narrative shall adequately address the offeror's proposed means and methods for ensuring that the Government's needs are met in the most efficient manner from the prospectives of quality, cost, and time. The plan shall include: a staffing and organization chart; operating procedures; record keeping, methods to maintain timeliness; procedures for absences; hiring plan; emergency response plan; start-up and phase-out plans. (See Section C for additional details.) B. Daily Moves (Worth 20% of Technical Score) The offeror shall adequately demonstrate their ability plan, execute, validate and properly invoice: large, small, complex; and multiple moves within buildings and from building to building on a daily basis with no damage to property. C. Warehousing (Worth 20% of Technical Score) The Offeror shall adequately demonstrate their ability to operate and manage a large warehouse operation in the following areas: 1. Ability to establish and maintain accurate inventory controls; 2. Ability to implement and maintain an accurate property tracking system; and 3. Ability to engage in multiple shipping and receiving activities simultaneously. D. Corporate Experience and Qualifications (Worth 10 % of Technical Score) 1. Corporate ability indicated by corporate resources, background, and experience in the performance of similar work. A minimum of three references shall be provided for the contractor and each proposed subcontractor. References shall include contact person, phone numbers, organization, and description of work performed. 2. Offeror shall demonstrate a knowledge of the special handling requirements for ADP equipment, library stacks, electronic filing systems, etc. E. Key Personnel Experience (Worth 10% of Technical Score) 1. Individual qualifications of key personnel (Project Manager and Alternate) and their experience in performance of similar work as that of their proposed position on this contract. This shall be supported by references which include contact person, phone number, organization, and description of duties. 2. Letters of commitment shall be provided for all Key Personnel proposed. Past Performance Evaluation (Worth 25% of Overall Score) Past Performance will be evaluated on information obtained from references provided by the Offeror as well as other relevant past performance information obtained from other sources known to the Government. Cost Evaluation (Worth 25% of Overall Score) Costs will be evaluated on the basis of cost realism, and cost risk Cost realism will be used to assess performance risk. Cost/price evaluation will be performed to determine it's allowability, allocability, and reasonablenss relative to the work to be performed under the proposed contract. Realism of prices and costs against technical/management presentations will be evaluated as part of the overall evaluation. Costs will be evaluated as an objective and subjective factor. Small and Disadvantaged Business Participation will be highly influential in determining the relative merits and risks associated with the Offeror's proposal in a comparative assessment with all competitors. The Government will evaluate the Offeror's Small and Disadvantaged Business Participation based upon the criteria set forth below. Offerors should speak specifically to each of the criteria, and their proposals should demonstrate a commitment to small and disadvantaged business participation. 1) The extent to which Small and Disadvantaged Business Concerns are specifically identified; 2) The extent of commitment to use Small and Disadvantaged Concerns, for example, enforceable commitments are to be weighted more heavily than non-enforceable ones; 3) The complexity and variety of the work Small and Disadvantaged Business concerns are to perform; 4) The realism of the proposal; 5) past performance of offerors in complying with subcontracting plan; 5) Goals for Small and Disadvantaged Business concerns in terms of value of the total acquisition. Small and Disadvantaged Business Participation will be an evaluation factor in the award of the resulting contract and information must be included concerning such participation. Internet users can access solicitations from the FDA home page at http://www.fda/gov by going to the index and selecting Contract Opportunities. User may also go directly to the FDA's Contract Opportunities web page at http://www.fda.gov/oc/ofacs/contracts. Intranet users can reach the Contract Opportunities page from the OFACS home page at http://intranet.fda.gov/oc/oms/ofacs. User will need Adobe Acrobat Reader software to read and print the solicitations. A link to the free downloadable Adobe Acrobat Reader is available on the Contract Opportunities web page. Solicitation will be available on or about January 12, 2000 at FDA E-Bulletin Board. Prospective offers are responsible for downloading the solicitation and amendments. These documents will be in portable document format (pdf). It is the offer's responsibility to monitor the FDA web page for the release of the solicitation and amendments. Hard copies will be provided to recipients eligible under the American with Disabilities Act and the Rehabilitation Act upon written request By Fax (301) 827-7101. Posted 01/04/00 (W-SN412927). (0004)

Loren Data Corp. http://www.ld.com (SYN# 0110 20000106\V-0003.SOL)


V - Transportation, Travel and Relocation Services Index Page