Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
MODIFICATION

M -- LOGISTICAL SERVICES

Notice Date
3/26/2004
 
Notice Type
Modification
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
Reference-Number-SLC-04-0013
 
Response Due
4/6/2004
 
Point of Contact
Sheri Custer, Contracting Officer, Phone 301-402-3065, Fax 301-402-1236, - Rosanne Wilson, Contract Specialist , Phone 301-402-5450, Fax 301-402-1050,
 
E-Mail Address
custers@od.nih.gov, wilsonr@od.nih.gov
 
Description
The National Institutes of Health (NIH) is posting a SECOND Draft of the Logistic Services Performance Work Statement (PWS) and continue to conduct a market search to determine the availability and potential technical capability of firms to provide all management, supervision, administration, and labor to provide Logistic Services-Supply/Warehousing Services. Questions/Comments regarding the PWS will only be accepted via email to the attention of Sheri Custer at custers@od.nih.gov or Rosanne Wilson at wilsonr@od.nih.gov QUESTIONS/COMMENTS MUST BE RECEIVED BY April 6, 2004. Additions and/or Corrections will be reflected in the final PWS, therefore do not expect responses to questions/comments. Once the PWS is finalized, the Government reserves the right to convert this procurement to one of the various Federal small business programs should results of market research/survey and other such activity demonstrate that necessary criteria is met to support small business set-aside programs. The SECOND DRAFT PWS for Supply/Warehousing Services weblink: http://www.nih.gov/od/olao/oa/contracts/A-76-fy04.html The Logistical Services will be provided at the following NIH sites: Baltimore, Bethesda, Gaithersburg, and Rockville, Maryland. The contract shall be for one 12-month base year with four 12-month options. This acquisition will comply with the new schedules mandated in the proposed revision to OMB Circular A-76. Therefore, the following schedule will be required for 2004. The solicitation will be released on or before April 21, 2004. To be eligible to be considered for this acquisition, Past Performance and Position Description information must be submitted by May 5, 2004. The written elements of the technical and cost proposal will be due June 10, 2004. Oral presentations/Discussions may be scheduled within a week to ten days of proposal submission. The evaluation and cost comparison results will be announced by September 15, 2004. It is recognized that Circular A-76 requires very compressed proposal preparation schedules. NIH may also conduct pre-proposal meetings and may also provide opportunities to visit the locations as stated above. The applicable North American Industry Classification System (NAICS) code is 493110 - General Warehousing and Storage, size standard in millions of dollars is $21.5. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address and telephone number as well as size and type of ownership for the organization, i.e., small business, Small Disadvantaged Business, 8(a), woman-owned, Historically Underutilized Business Zone (HUBZone) concern, Veteran, and or Service-disabled Veteran; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The Government will evaluate the capability packages using the following criteria: (1) Experience as a prime contractor providing services consistent in scope and scale with those described in above outline and the final performance work statement (to be posted later); (2) Experience in securing and applying the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; (3) Experience in implementing a successful project management plan that includes: compliance with tight program schedules, cost containment; meeting and tracking performance; hiring and retention of key personnel; and risk mitigation; and (4) Experience in providing services under a performance based service acquisition contract including a brief description of work being done under the contract, key performance indicators and the company?s performance record under the contract. Firms responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the administrative and management structure of such arrangements to demonstrate that small business prime contractors can maintain labor, technical, and management control of the project, meeting the ?limitations on subcontracting? imposed on small business set-asides. Taking into account the magnitude of the scope of this effort, firms also should address the capacity of their financial infrastructure to deliver contract performance. Although no geographic restriction is anticipated, if responding firms are located outside the Washington Metropolitan area, indicate how the firm would coordinate with the agency program office to provide support to multiple sites. THERE IS NO SOLICITATION AT THIS TIME, this request for information does not constitute a request for proposals and submission of any information based on this synopsis is purely voluntary. The RFP and Amendments will only be available on-line at the FedBizOpps web page at http://www.fedbizopps.gov/ on or about April 21, 2004. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offerors responsibility to monitor the FedBizOpps web page for release of the solicitation and any amendments. Responses to this notice shall be received no later than April 6, 2004 at 1:00 P.M. Local Time. Please email your response to custers@od.nih.gov or if using the U.S. Postal Service, provide an original plus three (3) copies of a tailored capability statement to the above and submit/send to the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Blvd., Room 529Q MSC 7663, ATTN: Sheri Custer, Bethesda, MD 20892-7663. If hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State and Zip Code: Rockville, MD 20852
 
Place of Performance
Address: Baltimore, Bethesda, Gaithersburg, and Rockville, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00554847-W 20040328/040326211849 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.