MODIFICATION
M -- LOGISTICAL SERVICES
- Notice Date
- 3/9/2004
- 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
- 3/26/2004
- 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 BELOW DESCRIPTION REPLACES THE DESCRIPTION CONTAINED IN THE PREVIOUS FBO NOTICE OR MODIFICATION NO. 2. The National Institutes of Health (NIH) is posting a First DRAFT Performance Work Statement (PWS) and conducting a market survey to determine the availability and potential technical capability of businesses to provide all management, supervision, administration, and labor to provide Logistics-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 March 26, 2004. Additions/Corrections will be reflected in the final PWS, therefore do not expect responses to questions/comments. The solicitation will be a Standard Competition and IAW the rules of the OMB Circular A-76 (Revised May 29, 2003). The Competitive Sourcing Official (CSO) is Dr. Ed Sontag, Assistant Secretary for Administration and Management, Department of Health and Human Resources. The Agency Tender Official (ATO) is Mike Showers. 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 this market research/survey and other such activity demonstrate that necessary criteria is met to support small business set-aside programs. The First DRAFT Performance Work Statement for Supply/Warehousing Services is incorporated as follows: 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. Forty-five (45) government personnel and the following incumbent service providers: (1) Materials Communication & Computers, (2) Eastern Lift Truck Co., Inc., (3) Werres Corporation,(4) Advanced Midrange Applications, LLC, (5) Johns Hopkins Bayview Medical Center, (6) VIP Express, and (7) Rappahannock Goodwill Industries are providing these activities. THERE IS NO SOLICITATION AT THIS TIME. 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 describ
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/OoA/Reference-Number-SLC-04-0013/listing.html)
- Place of Performance
- Address: Baltimore, Bethesda, Gaithersburg, and Rockville, Maryland
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN00540881-F 20040311/040309230304 (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 |