MODIFICATION
M -- NEMSCOM General Warehousing Services Indefinite Delivery/Indefinite Quantity Contract - Solicitation 1
- Notice Date
- 9/18/2013
- Notice Type
- Modification/Amendment
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-13-R-0035
- Archive Date
- 11/2/2013
- Point of Contact
- Thomas L. Hood, Phone: n/a
- E-Mail Address
-
NMLC-Research@med.navy.mil
(NMLC-Research@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 52 - CDRL A025 - Safety and Occupational Health Training Records Attachment 65 - CDRL A038 - Staffing Requirements for Task III and IV Attachment 64 - CDRL A037 - Progress Review Meeting Command Vital Signs Attachment 63 - CDRL A036 - QC Program Attachment 62 - CDRL A035 - Oil and Hazardous Substance Spills Written Report Attachment 61 - CDRL A034 - Spill Response Inventory by Location Report Attachment 60 - CDRL A033 - Environmental Inspections Attachment 59 - CDRL A032- Environmental Training Reports Attachment 58 - CDRL A031 - Hazard Communication Plan Attachment 57 - CDRL A030 - Reduction of Hazardous Material in Use Report Attachment 56 - CDRL A029 - Waste Issue Release-Receipt Documents Attachment 55 - CDRL A028 - HAZMAT Incident Report for Accidents and Spills Attachment 54 - CDRL A027 - HAZMAT Authorized Use List (AUL) and Material Safety Data Sheets (MSDS) Records Attachment 53 - CDRL A026 - Operating Procedure for Management and Control of HAZMAT Attachment 51 - CDRL A024 - Safety and Occupational Health Training Curriculum Attachment 50 - CDRL A023 - Written Safety and Occupational Health Plan Attachment 49 - CDRL A022 - Contractors Employee Radiation Dosimetry Report Attachment 48 - CDRL A021 - Employee Mishaps Statistics Attachment 47 - CDRL A020 - Facts Surrounding Incident-Accident Attachment 46 - CDRL A019 - Incident Reporting Attachment 45 - CDRL A018 - Safety and Occupational Health Committee Meetings Attachment 44 - CDRL A017 - Safety Inspections Attachment 43 - CDRL A016 - GFP Vehicle Dispatch Attachment 42 - CDRL A012 - A015 Attachment 41 - CDRL A011 - CESE Download ECN Status Report Attachment 40 - CDRL A010 - Biomedical and Scientific Equipment Preventative Maintenance and Calibration Schedule Attachment 39 - CDRL A009 - GFE Preventative Maint Schedule Maint and Calibration Reports Attachment 38 - CDRL A008 - Transportation Reports Attachment 37 - CDRL A007 - Shelf Life Plan Attachment 36 - CDRL A006 - GFP Report Attachment 35 - CDRL A005 - Causative Research Attachment 34 - CDRL A004 - Inventory Adjustments Attachment 33 - CDRL A003 - Location Audits Attachment 32 - CDRL A002 - Physical Inventory Attachment 31 - CDRL A001 - Property Control System Attachment 30- Definitions, Acronyms, and Units Attachment 29- Laws, Directives, and Publications Attachment 28- Prospective Consumables Kit Components Repair Parts Attachment 27- Facility Layout Drawings Attachment 26- Packing, Stuffing, and Marking Instruction Attachment 25 - Representative Surgical Trays Attachment 24 - ERO Form NAVFAC 11200-41 Attachment 23 - Representative ABFC Tool Kits Attachment 22 - Representative CEEI Attachment 21 - Representative Containers and Shelters Attachment 20- Representative CESE Attachment 19 - Representative Biomed Material Attachment 18 - Representative GTMO Attachment 17 - Representative Capabilities Based Set Attachment 16 - Representative ATSS Attachment 15 - Representative FPDMU Attachment 14 - Representative EMF (250 Bed) Attachment 13 - Representative EMF (150 Bed) Attachment 12 - Representative EMF-150 COSIS Attachment 11 - Representative EMU-10 Attachment 10 - Government Furnished Equipment Attachment 9 - Representative Shelf Life Attachment 8 - Pricing and Performance Time Guidance Attachment 7 - Past Performance Information Sheet Attachment 6 - SCA Wage Determination Attachment 5 - CAP Attachment 4 - Base Contract Pricing Workbook Attachment 3 - QASP Janitorial Attachment 2 - QASP Attachment 1- PWS RFP The Naval Medical Logistics Command on behalf of the Navy Expeditionary Medical Support Command (NEMSCOM) has a requirement for a Indefinite Delivery/Indefinite Quantity contract for general warehousing services. NEMSCOM is located at Cheatham Annex (CAX) in Williamsburg, Virginia and is responsible for the design, production, life-cycle management, deployment, and operational readiness of U.S. Navy Deployable Medical Systems (DEPMEDS). Navy DEPMEDS are designed and packed to be deployed in configurations which meet the individual requirements of each mission or designed, packed, and pre-positioned for deployment in anticipation of future missions. In each case, items comprising DEPMEDS are categorized and packed into groups or assemblages designed to provide a specific functional capability (i.e. pharmacy, laboratory, surgery, radiology, intensive care wards, dental, power generation, power distribution, potable water, wastewater collection and storage, laundry, staff housing, galley, public works, etc.). These functional area assemblages are called authorized medical allowance lists (AMAL) or authorized dental allowance lists (ADAL) and are the building block capability packages used by NEMSCOM staff to create DEPMEDS configurations in the Defense Medical Logistics Standard Support (DMLSS) database, Hospital Information Management System (HIMS) database, and other Department of Defense (DoD) authorized programs. These configurations can be as small as an individual AMAL /ADAL packed in a medical backpack or as large as a 500-bed containerized DEPMEDS depending on the mission. The purpose of this acquisition is to provide NEMSCOM with general warehousing services that are divided into five major areas (tasks) Task I-Warehouse Management Services: Warehouse Management Services encompasses all of the day-to-day functions involved in operating the Governments warehouse and managing and controlling all Government Furnished Property (GFP). The contractor shall conduct a variety of services such as: receiving and issuing Government property, stowing (storage and warehousing) of Government property, inventory control functions, redistribution and disposal of excess and Non- Ready-For-Issue (Non-RFI) Material, shelf life material management, transportation management and custodial services. Task II -Maintenance Services: Maintenance Services encompasses all actions involved in performing maintenance and calibration of all Government Furnished Property (GFP). The contractor shall conduct a variety of services such as: cleaning, operation, testing, inspection, inventory, update, repair, maintenance, and calibration in accordance with Government regulations and the manufacturer's criteria. Task III- Download of DEPMEDS: Download of DEPMEDS encompasses all actions involved in downloading DEPMEDS, DEPMEDS Modules, and DEPMEDS AMAL/ADAL assemblages for subsequent reconstitution into DEPMEDS platforms. Task IV- DEPMEDS Build: DEPMEDS Build encompasses all actions involved in the contractor production process for intermediate packed DEPMEDS, DEPMEDS Modules, and DEPMEDS AMAL/ADAL assemblages for CONUS sites, OCONUS pre-position sites or for mission deployment sites. The production process includes a production stage and the stuffing (stowing) stage. The stuffing stage is where specified DEPMEDS platforms are stuffed into specified deployment site specific containers or pallets. Task V- Painting and Preservation of Containers and Shelters: Painting and Preservation of Containers and Shelters encompasses all actions involved in the offsite painting of containers and shelters to provide corrosion protection. The Government envisions the award of a Single Award Task Order (SATO) contract, in which task orders will be awarded for specific tasks. These services are non-personal in nature and will be performance based. The Solicitation has been posted to this notice. Solicitations are to be downloaded from FBO.gov and no solicitations will be mailed. All proposals will be mailed to the address in the solicitation. No phone calls or faxes will be accepted. Please email any questions to NMLC-Research@med.navy.mil and reference the solicitation number in the subject line. The Government reserves the right to change any of this information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-13-R-0035/listing.html)
- Place of Performance
- Address: NEMSCOM - Cheatham Annex, Williamsburg, Virginia, 23185, United States
- Zip Code: 23185
- Zip Code: 23185
- Record
- SN03192700-W 20130920/130918234910-483573b6479d8ec65c32e92e79e37842 (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 |