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