Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2016 FBO #5382
SOURCES SOUGHT

99 -- Local Storage; Climate Controlled

Notice Date
8/16/2016
 
Notice Type
Sources Sought
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-16-R-0094
 
Point of Contact
Mary A. Mitchell-Martin,
 
E-Mail Address
mary.a.mitchellmartin.civ@mail.mil
(mary.a.mitchellmartin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Regional Health Contracting Office - Atlantic (Provisional), (RHCO-A) (P), Womack Army Medical Center (WAMC) intends to solicit, negotiate and award one Firm, Fixed Priced Contract for: to provide a climate controlled storage facility for Medical Records, Slides, Paraffin Blocks and X-Ray files on an on call basis. This notice is a Sources Sought for local storage facilities that can for fill this requirement as outlined in the Performance Work Statement (PWS) below. This notice is not a request for competitive proposals, however, if you have information regarding your company's ability to perform this requirement in full as outlined in the PWS you may send it to Ms. Mary Mitchell- Martin @ mary.a.mitchellmartin.civ@mail.mil No telephonic requests will be returned. All responses will be received no later than 16 September 2016, 1130 am EST. The Standard Industrial Classification Code is 4225, size standard is $27,500,000 and the NAICS code of 484110. Performance Work Statement (PWS) 1. Scope of Work. The contractor shall furnish all labor, material, and equipment necessary to store, pickup and deliver, or destroy when special permission to do so is granted and supervised to insure privacy standards are adhered to Medical Records, Slides, Paraffin Blocks and X-Ray files on an on call basis. Shall be within 10 miles of Fort Bragg, storage facility will have operational HVAC that maintains a constant temp with reduced humidity. Quantities will be estimated (historically there are 10,200 boxes in storage with more added or removed as needed). 1.2. Hours of Operation. 1.2.1. Normal Hours. The contractor shall provide services during the normal working hours from 9:00 a.m. to 4:00 p.m., Monday through Friday. On-Call deliveries for medical emergencies shall be coordinated through the Contractor Officers representative and deliveries completed within four hours of initial contact. 1.2.2. Hours of Operation for Customer services. Customer may require short notice escorted pick-up from the records storage area. Storage site must be within a 15 - 20 minute drive time. 24 hour notice for pick-up and delivery is the minimum, and 4 - 6 hours is desired. 1.3. On 6 April 2007, Fort Bragg began using RAPIDGate. The RAPIDGate Program is voluntary and uses innovative technology to provide a complete identification and access management solution for contractors, vendors, suppliers, and service providers who require routine access to the installation. For more information about Eid Passport, the RAPIDGate Program or to enroll your company, please go to www.RAPIDGate.com or call (877) 727-4342. 1.4. SECURITY- Contractor shall insure that Drivers comply with vehicle operation and operation at the MTF; installation and MTF personnel identification and access requirements; key control; safeguard of government property and information of a confidential or sensitive nature. Drivers should be a US citizen as it is very difficult for a NON US citizen to get access onto Fort Bragg and they should have a background check. Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.4.1. SECURITY - Access Control Point Pass(s) shall be assigned to each driver pick-up or delivering containers to the medical center. 1.4.2. STORAGE LOCATION - Shall be within 10 miles of Fort Bragg, storage facility will have operational HVAC that maintains a constant temp with reduced humidity. Vendor will deliver and pickup file containers, glass slide containers, tissue wax block containers, and x-ray file containers at the Medical Center and Outlying Clinics, vendor will allow walk through inspections of the storage facility, vendor will coordinate medical personnel to pick up containers as required. Vendor will tag all containers and record storage locations for quick retrieval. 1.5. Contractor Manpower Reporting. Accounting for Contract Support: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required in the performance of this task order. The contractor is required to fill in all the information in the format using the following web site address https://cmra.army.mil/ Required information: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor dollars (including sub-contractors); (6) Estimated direct labors paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominate Federal Service Code (FSC) reflecting services provided by the contractor (and separate predominate FSC for each sub-contractor if different); (9) Estimated data collection Cost; (10) Organization title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Location where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country when in an overseas location, using standardized nomenclature provided on web site); (12) Presence of deployment or contingency contract; language; and (13) Number of contractors and sub-contractors employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. The Contractor shall notify the Contracting Officer's Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the Contractor will notify the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-16-R-0094/listing.html)
 
Place of Performance
Address: Womack Army Medical Center and Outlying Clinics, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04226662-W 20160818/160817000202-ed8fddb0535075cbc07aeee832666749 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.