SOURCES SOUGHT
65 -- Furnishings and related support services providing clinical and administrative workspaces for Army medical facilities or Medical Treatment Facilities in CONUS and OCONUS locations.
- Notice Date
- 8/12/2003
- Notice Type
- Sources Sought
- Contracting Office
- US Army Corps of Engineers, Huntsville - Military, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W31RYO-IMMS-MED
- Response Due
- 8/26/2003
- Archive Date
- 10/25/2003
- Point of Contact
- Sue Werner, 256-895-1170
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Huntsville - Military
(susan.w.werner@hnd01.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a sources sought synopsis. The U.S. Army Engineering and Support Center, Huntsville has a requirement for furnishings and related support services to provide clinical and administrative workspaces through an Integrated Modular Medical Support Syst em (IMMSS) contract for the United States Army Medical Command (MEDCOM), Fort Sam Houston, Texas. Contractor must demonstrate the ability to provide furnishings sales, support services, equipment and warranty support to furnish clinical areas in Army medic al facilities (AMF) or Medical Treatment Facilities (MTF) in CONUS and OCONUS locations. Administrative systems and freestanding furnishings, seating, and accessories are also required. Additional responsibilities include warranty support, installation s ervices, transportation, storage and extended support services for a IMMSS. A more defined scope shall be included in the proposed contract under the statement of services. In general terms, the Contract will be applicable to all Army Medical Treatment F acilities (MTFs) throughout the Continental United States (CONUS) and Overseas (OCONUS). OCONUS locations will include, but not limited to Puerto Rico, Korea, Japan and Germany. The facilities basic functions are broad and support (but not limited to): h ospitals, medical and health clinics, dental clinics, veterinarian clinics, administrative and logistical facilities, it may further include areas for research, development, training and medical warehouse. The IMMSS shall furnish, as needed, all the follo wing prescribed areas: administrative, clinical, healthcare materials management and handling systems, pharmacy, laboratory, and nurse stations. The proposed product/s must be flexible with retrospect to the design intent and interior layout of the furni ture and interface with both new and/or existing sub-components and furthermore the product should not require modification or special tools for assembly. In addition all components shall be easily replaceable in the field. The products must be durable, maintainable, and provide considerations for safety features. All products must be approved and accepted for standard use by medical healthcare professionals. Quality shall be consistent throughout the lifecycle in all components of the product and servi ce. All textiles and office environment products available on the IMMSS contract must be proven to have been tested for indoor air quality emissions and therefore meet acceptable indoor air quality guidelines specified by the Environmental Protection Agen cy. To assure interchangeability and adjustability, products shall be mountable on panels, horizontal wall rails, interface rails and vertical wall supports. A complete product-line must be readily available which will accommodate the needs of the entire organization, from the multi-occupancy storage and dispensing, medical/clinical laboratory configurations, healthcare materials management, as well as nurses stations. Component systems from different component manufacturers are allowed, provided the sub -components are directly interchangeable without modification of custom adaptation and the characteristics and features of the multiple product lines must meet or exceed that of the designated primary product line. (For example, drawers from an administrat ive component system shall fit into the pharmacy or nurse station component system; healthcare materials management drawers shall fit into lab configurations and nurses stations.) In an effort to eliminate product obsolescence due to the revolving medical mission and demands of the technical environment the requirement for the interface, including compatible fabrics and finishes, of new component systems to existing systems is a mandatory requirement. (For example, an exam room must be able to be converte d into a doctor's office and vice versa). IMMSS contractor shall provide support services, ancillary, but necessary, to the successful furnishing of the clinica l and administrative spaces, such as: Design Services, Warranty and Product Protection Services, Restorative Services, KIN Maintenance Service, Project Management and Extended Installation Services. Contractor shall provide subject matter experts to revi ew, document, suggest work flow, space management, clinical and functional analysis services. Contractor shall be capable of providing design of accessories and IMMSS products that comply with local seismic requirements, as well as providing the installat ion necessary to meet seismic requirements due to project location. IMMSS Contractor shall be capable of providing an interactive website allowing Army MEDCOM facilities worldwide to access product pricing and service fees, information and details about t he IMMSS contract, JSN & typical workstation configurations and catalog cuts of product must be available. Contractor shall provide at least 5 years warranty for the subcomponent systems and standard manufactur's products. Also, Contractor shall provide f or continuity warranty of product availability and service for a period of 5 years after installation. It is intended that this contract will be awarded for a period of 5 years (base year and four options years). It is intended that this contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract that allows for placement of firm-fixed price orders. The Government fully intends to set-aside a portion of the services for small business. Sources are being sought for firms with a North Ameri can Industry Classification System (NAICS) Code of 423450 for medical furnishings wholesaling. However if two or more small qualified businesses demonstrate the cability to meet all requirements, the requirement will be set-aside for small buesinesses. F or small businesses to qualify under these NAICS codes, the firm must have 500 or fewer employees. For any large business award, a subcontracting plan showing the firm's ability to meet the U.S. Army Corps of Engineer's Small Business sub-contracting targ ets of 43.8% to Small Business must be provided for the Contracting Officer's signature prior to award. All firms whom express interest in providing the items requested under the proposed contract must have capacity to dedicate a single point of contact fo r execution of this work. Firms must have provided most if not all items of the type required within the last 4 years.Interested firms must send a response to include the following information: A. Business Size in accordance with the NAICS code described above GSA schedule number (if applicable; potential sources are not required to be on GSA schedule). B. Descriptive information on available supplies (not to exceed 10 pages) in the following format: name(s) or client(s); location of job site; client point of contact and telephone number and the date services were performed. This documentation should b e limited to description of past and current contract of the kinds of work and facility types identified above and should be limited to 10 pages. An additional 4 pages of photographs may be included to graphically represent experience. It is not necessar y to submit any additional company information, resumes, sales materials or brochures. C. Provide a point of contact, include the Company name, telephone number, email address and/or fax number. Please mail submittals or send via overnight courier to U.S. Army Engineering & Support Center, Huntsville, 4820 University Square, Huntsville, Alabama 35816-1822. ATTN: CEHNC-CT-P, Ms. Sue Werner, Contract Specialist or to Ms. Katherine H. Atkins, Contracting Officer. Submittals are due no later than 10 days fo llowing the publication date of this announcement. You may also provide your submittal via email, in work format, to the following address: Susan.W.Werner@hnd01.usace.army.mil. THIS IS NOT A REQUEST FOR PROPOSAL.
- Place of Performance
- Address: US Army Corps of Engineers, Huntsville - Military P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Country: US
- Zip Code: 35807-4301
- Record
- SN00398762-W 20030814/030812213825 (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 |