DOCUMENT
S -- 215 - Utilities and Housekeeping Services - Attachment
- Notice Date
- 6/29/2015
- Notice Type
- Attachment
- NAICS
- 493120
— Refrigerated Warehousing and Storage
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- Solicitation Number
- N0024415T0166
- Response Due
- 7/8/2015
- Archive Date
- 7/31/2015
- Point of Contact
- Anastasia Pentzakoff 619-556-9637
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial supply prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items - FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-15-T-0166. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-81 and DFARS Change Notice 20150420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The NAICS code is 493120 and the Small Business size is $27.5M. This solicitation is 100% set aside for Small Business. The NAVSUP Fleet Logistics Center San Diego requests responses from business concerns capable of providing: CLIN 0001 QTY 12 UNIT Month “ LOGISTICS SERVICES IN SUPPORT OF MEDICAL WAREHOUSE TERMS AND CONDITIONS: 1) Quotes: All or Nothing 2) Period of Performance: 1 October 2015 “ 30 September 2016; F.O.B. Destination “ San Diego, CA 92136 3) Payment: Wide Area Work Flow (WAWF) 4) Contract Award: It is intended to award a single Firm Fixed Price Contract to offeror that is evaluated lowest price technically acceptable offer. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-41; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.239-1 “ Privacy or Security Safeguards (AUG1996) 52.247-34 F.o.b. “ Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.201-7000 Contracting Officer Representative 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.246-7000 Material Inspection and Receiving Report 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (July 2013) 5252.237-9400 SUBSTITUTION OR ADDITION OF PERSONNEL (JAN 1992) DONCMRA The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. ---------------------------------------------------------- FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) Technical Approach The Offeror shall provide a narrative explanation of its general understanding of, the methodology and ability to perform all tasks listed in the PWS. The technical approach should demonstrate that the Offeror understands the PWS and can accomplish the specified work in a technically competent, timely, cost effective manner with a minimum of risk to the Government. The narrative should provide a complete analysis of the performance requirements and explain the processes, best practices and other methods the Offeror will use to meet each requirement stated in the PWS. The technical approach is not to be a restatement of the information contained in the PWS. (ii) Resumes The Offeror must clearly identify whom the Offeror proposes to assign to the contract. Medical Warehouse Manager labor category is anticipated to be required on a full time basis. The contractor shall provide only personnel fully qualified and competent to perform the scope of effort set for the herein. The successful contractor ™s proposed education and experience of key personnel shall become the performance standard for the contract. The resumes shall address the knowledge, skills, education and experience described in the PWS. Offer shall identify if personnel is currently on the Offerors payroll or have been offered and have accepted employment contingent on award of this contract. If a proposed personnel is not currently on the contractor or subcontractors payroll, the Offeror shall provide a signed and dated Letter of Intent with the individuals resume. Medical Warehouse Manager; Key Person Experience Requirements: -- Must have recent, in-depth, long-term experience in medical logistics programs -- Must have in-depth knowledge of the Navy Snap Automated Medical System (SAMS) --Must have in-depth knowledge of the Theater Medical Information Program (TMIP) -- Must have recent in-depth knowledge and experience in:.Analyzing/processing/shipping/receiving/screening parts.Receiving and stowing Medical supplies.Using WEBFLIS (https://www.webflis.info/) and OneTouch (https://www.onetouch.navy.mil/)websites to screen parts.Using Transportation Account Codes.Developing, analyzing, and preparing reports at a professional level Note: Extensive experience is considered recent experience at a high functioning level with no supervision. Recent experience is considered experience within the last 5 years. Resume should not exceed three pages in length and shall provide the following information: --Name; --Present place of employment (if contingent hire, so note); --Security clearance; --Proposed labor category; --Experience and educational background; --Unique skills, specific experience, and accomplishments that are directly applicable to the PWS; Qualifications and experience of the proposed individual should be appropriate to the proposed labor category. The number of years of program related experience shall be clearly shown in the resume and the experience shall be adequately described. The Government will enjoy discretion in determining whether the resumes properly demonstrate the knowledge, skills and experience levels required to meet the PWS requirements. Care should be taken to explain how any experience relates to the key position. Merely stating years of experience, or where the proposed personnel worked, will not be sufficient. Each resume should be detailed work experience and affirmatively demonstrate how it relates to the PWS. (iii) PRICE (b) Factors (i) and (ii) represent MINIMUM acceptable criteria. Offerors ™ technical information and resume will be used to determine whether the services proposed meet the specifications included in this solicitation. Services offered, as provided in Offerors ™ technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable will not be considered further for award. Offerors must be rated technically śAcceptable ť for Factors (i) and (ii) listed above to receive an overall technically śAcceptable ť and in order to be evaluated for Factor (iii) Price. Failure to meet technically acceptable standards in Factors (i) and (ii) may result in a finding of technically śUnacceptable ť and will not be considered for award. Note: The estimated level-of-effort of 1,920 hours will be used for comparison purposes during proposal evaluation. (c) Factor (iii) “ PRICE. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. Price analysis, if needed, will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offer. --------------------------------------------------------------------------------------------------------------- This combined synopsis/solicitation will close at 12:00 (noon) pm PST on Monday, 6 July 2015. Submit quote and technical proposal via email to Anastasia.Pentzakoff@navy.mil using subject line: RFQ N0024415T0166 Medical Warehouse Services. All responsible sources may submit a quote, technical narrative and resume which will be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and CAGE Code. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. PERFORMANCE BASED STATEMENT OF WORK (PWS) LOGISTICS SERVICES IN SUPPORT OF MEDICAL WAREHOUSE 1. SCOPE This contract will provide logistics support services and supply management services for warehouse operations in support of the COMNAVSURFOR Medical Warehouse Program. The scope of this contract is two-fold: operate the San Diego medical warehouse and provide services with respect to Surface Fleet ship afloat inventories (i.e., receipt, stow and issue --redistribute to the Fleet). The Navy ™s goal is to save significant costs by efficiently reutilizing inventory from Navy ships and to enhance Fleet readiness. The amount of inventory from the ships will vary as will the number of medical equipment received and logistics support services. The screening, managing, and processing of the parts inventory for redistribution to the Fleet will be via SNAP Automated Medical Systems (SAMS) and Theater Medical Information Program-Maritime (TMIP-M). The contractor will have responsibility to manage the San Diego medical warehouse, providing all required logistics and supply management functions. The contractor shall utilize the SAMS application hosted on current NMCI server to accomplish inventory management. The contractor shall be responsible for utilizing future system upgrades. The contractor shall be responsible for opening and closing the warehouse each day at the designated times Monday through Friday (except Federal holidays). Warehouse operation contractor work hours shall be between 0600 and 1430, Monday through Friday, except legal Federal holidays. The contractor shall be responsible for various administrative actions, to include answering phone calls, logging messages, and providing general information on warehouse operations and procedures to customers. The contract employee shall perform ongoing stock inventories and an annual wall-to-wall inventory. The contractor is responsible for all storekeeping functions including inventorying, receiving, sorting, stowing, accessing, returns and issuing material. The Contracting Officer Representative (COR) intends to visit the warehouse to assess progress under this contract and to ensure the contractor is meeting the goals and objectives of this contract. The contractor will be required to participate in these progress meetings and provide information on various logistics management issues as well as any specific challenges or problems with respect to contract performance. The Government estimates these meetings with the COR will be on a weekly basis and will be approximately one (1) hour in duration. If necessary, the Government reserves the right to require the contractor to participate in progress meeting on short notice. 2.0 RECEIPT, STOWAGE AND ISSUANCE 2.1.1 Management and logistic services for the receiving/redistribution of assets resulting from Unauthorized excess, decommissioning ships, and deploying ships: a. The contract employee shall identify various medical items, perform technical research, part number to stock number cross reference, extract management data for each item using the Defense Logistics WEBFLIS, One Touch Support System(OTS), DAAS(Defense Automatic Addressing System) or equivalent for inquiry. Management and organization of data is required in order for entry into databases such as SAMS and TMIP-M. b. The contract employee shall be responsible for medical materiel including, receiving, sorting and issuing of medical materiel from decommissioning units, CBR medical supplies, equipment needs, smoking cessation and vaccine supplies. The contract employee shall perform ongoing stock inventories and an annual wall-to-wall inventory. c. The contract employee shall use proper storage procedures and location validity for all stocked items. Determine proper storage temperature for all refrigerated items and apply proper stowage procedures. Stage and re-warehouse stock to accommodate new material and maximize efficient use of shelf space. This will require the contract employee be proficient with use of a pallet jack and forklift. d. The contractor will be responsible to timely off-load the ship inventory via its own forklift support as necessary. e. The contract employee shall utilize DD-1149s to document the no cost transfer of medical materiel. Package and send various medical materiels via DDDC shipping to DoD units in CONUS and overseas. Conduct deliveries to ships (as needed) using a large passenger van. f. The contractor will perform database management on the automated SAMS program of excess material for ready issue to the fleet and other shore commands. Upon receipt of excess śA ť condition medical material from operational and decommissioning ships, the contractor will inspect, identify, assign location, inventory, and catalog items in the automated database. The contractor will perform material redistribution and inventory adjustment accordingly. 2.1.2 CBR DEFENSE SUPPORT PROGRAM AND NAVMEDLOGCOM FDA SHELF LIFE EXTENSION PROGRAM a. The contractor will manage NMLC FDA Shelf Life Extension Program (SLEP) for CNSP. The contractor will oversee distribution of CBR medications, i.e. Atropine Auto Injectors, and Pralidoxime Chloride Injectors for CNSP deployable assets. Tasks involve identification of expired lots, pack items for shipment, generate request correspondence, and liaison with NMLC on extension results. The contractor shall use the FDA secured website for disposition of items, i.e. survey or re-label and re-issue, and placement and distribution of new Authorized Medical Allowance List (AMAL) requirements. b. The contractor will be responsible for shipping and or otherwise transporting the parts as required by instructions or the COR. Ship ™s crew may also pick up various items with the proper requisition paperwork, DD1149/DD1348-1A. The contractor will be required to process and issue parts. NO CONTROLLED DRUGS ARE ALLOWED TO BE STORED AT THE MEDICAL WAREHOUSE 2.1.3 VACCINES/IMMUNIZATION SUPPORT PROGRAM The contractor will manage an immunization repository such as Typhoid, PPD, Tetanus/Diptheria, Hepatitis śA ť and śB ť for emergent fleet requirement. Monitor frequency of use, forecast material requirements, maintain stock and re-order as needed. 2.1.4 TOBACCO CESSATION PROGRAM. The contractor will coordinate with Naval Medical Center San Diego Pharmacy Department in the acquisition and receipt of Nicotine Patches, Zyban and other smoking cessation medications for issue to the fleet. Manage and monitor distribution using quantity per crew size criteria and implement quarterly allocations per ship or prior to deployment. THE CONTRACTOR IS NOT AUTHORIZED TO USE/OPERATE GOVERNMENT-OWNED VEHICLES UNDER THIS CONTRACT. 2.1.5 EXPIRED MEDICATIONS RETURN PROGRAM. The contractor will manage the expired medication return program. Tasks involve receipts of expired non-narcotic medication from fleet units, ensure proper storage, and arrange pick up for turn in to EXP Pharmaceutical Returns for monetary credit. Credits generated from the return program are managed by Naval Medical Center San Diego (NMCSD) Pharmacy. 2.1.6 MANAGE DISTRIBUTION OF NAVMEDLOGCOM ™s (SERP) SHIPBOARD EQUIPMENT REPLACEMENT PROGRAM AND (MSE) MEDICAL SUPPORT EQUIPMENT PROGRAM. The contractor will receive and maintain full custody on all equipment received under this program and will generate a transfer document to be signed by the ship ™s medical representative. 2.1.7. Reporting The contractor shall utilize the Navy ERP and SAMS database systems to ensure the accurate and timely management of real-time on-hand inventory, issues, and receipts to database records. Summary of these actions and other pertinent information shall be provided in management reports to COMNAVSURFOR Code N01H on both a weekly and monthly basis. (See DD1423 Attached to this solicitation) 2.1.8 There is no HAZMAT stored in this warehouse but there may be some occasion where a ship will include HAZMAT in the offload. The contractor shall immediately notify the COR if any of the items listed below (and considered HAZMAT) are included in the offload. Upon approval of the COR, the contractor shall transport and deliver the HAZMAT to the base HAZMAT Center for proper disposal by the Navy. The contractor will comply with the requirements of the base HAZMAT SOP. 2.1.9. Perform supply and logistics management support. The contractor shall provide support for supply/logistics management functions. Services include documentation in support of material receipt processing, inventory, material distribution and bar coding functions. Provide on-site support to review supply and logistics records. The contractor shall also provide program support: The contractor shall maintain warehouse Standard Operating Procedures (SOP(s)) to address all logistics support and shall maintain all Navy Supply Logistics desk guides. The contractor shall recommend to the COR changes to the procedures as necessary and shall implement approved changes upon approval by the COR. 3.0 APPLICABLE DOCUMENTS The following references are basic to the proper accomplishment of the tasks as cited in paragraph two. Additional references as required by the contractor may be requested through the Contracting Officer Representative (COR): a. COMNAVSURFLANT INSTRUCTION 6000.1 series / COMNAVSURFPAC INSTRUCTION 6000.1 series b. NAVSUP P-485, Naval Supply Procedures Afloat c. NAVSUP P-485 Volume III - Naval Supply Procedures Volume III, Ashore d. OPNAVINST 5100.23, Navy Occupational Safety and Health Program Manual e. OPNAVINST 3120.32C - Standard Operation and Regulations of U.S. Navy f. NAVSUP P-538, Management of Materials Handling Equipment (MHE) g. SECNAVINST 5100.10J - Department of the Navy Policy for Safety, Mishap Prevention, Occupational 4.0 DELIVERABLES (See DD1423 Attached to this solicitation) R001 Inventory Report Monthly random sample inventory accuracy and location audits, progress reports detailing accomplish ¬ments to date, problem areas and recommended corrective actions, and planned activities during the upcoming month. R0002 SITREP Report “Electronic spreadsheets with analysis of weekly and monthly activity COMNAVSURFOR Management, to include assets received, processed, and issued, as well as cost avoidance to the Navy for re-issue of stored assets. The contractor will generate a weekly, monthly, and annual report of supply and warehouse activity to the COMNAVSURFOR. 4.1 PERSONNEL AND WORK HOURS The contractor shall perform these services with a sufficient number of personnel with proper skill mix and experience to accomplish the tasks specified in the SOW, to include internal controls, management oversight, and supply support. The contractor shall ensure that key position is replaced as a smooth overlapping transition. The contractor shall ensure personnel are familiar and able to operate should new medical warehouse system upgrades, including but not limited to software and hardware technology upgrades. As discussed above, personnel working under this contract may be required to have up to secret security clearances. The contractor must be able to comply with OPNAVINST 5510 (series). 4.2 FACILITIES: The government shall provide the contractor the space and specific facilities to accomplish the assigned tasks. Specifically a desk, chair, computer equipment, access to telephone and consumable items will be provided if applicable to the assigned tasks. a. The furnished equipment shall consist of Office Furniture, computers and associated hardware, and computer software. b. Contractor Furnished Equipment: All required equipment not identified above shall be provided by the contractor. CFE includes material handling equipment (one 5000lb forklift), office supplies, and upgrades to GFE, and one cargo van for transferring parts and equipment from the ships to the warehouse. c. Highly pilferage type items shall be safe-guarded in the appropriate manner and subject to surprise inspections for verification of correct on hand quantities. Additionally, the contractor is responsible to maintain working spaces in a neat, clean and orderly fashion. d. The warehouse space must be free of safety hazards to Government ™s equipment and personnel and must be environmentally sensitive. Exterior Warehouse security is provided by Commander, Naval Region Southwest. The contractor is responsible for ensuring a high level of physical security to the warehouse and the assets that reside within the warehouse, including the information systems. e. The contractor shall provide all necessary training to its employee covering such topics as the safeguarding of information, preventing pilferage, and maintaining occupational safety at the warehouse. 5.0 SECURITY-CLASSIFICATION Security classification required to perform the majority of the work on this contract is śunclassified ť. In the case where a security clearance is required it shall be the contractors responsibility to secure the proper clearance. Additionally, the contractor shall brief all personnel performing under this contract concerning the safeguarding of information. Safeguarding of information shall be in accordance with the Industrial Security Manual DOD 5220.22R and Security Manual for Safeguarding Classified Information DOD 5220.33M. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0166/listing.html)
- Document(s)
- Attachment
- File Name: N0024415T0166_DD1423.pdf (https://www.neco.navy.mil/synopsis_file/N0024415T0166_DD1423.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0024415T0166_DD1423.pdf
- File Name: N0024415T0166_QA.docx (https://www.neco.navy.mil/synopsis_file/N0024415T0166_QA.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0024415T0166_QA.docx
- File Name: N0024415T0166_Answers_to_the_Questions_Received_by_the_Government.docx (https://www.neco.navy.mil/synopsis_file/N0024415T0166_Answers_to_the_Questions_Received_by_the_Government.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0024415T0166_Answers_to_the_Questions_Received_by_the_Government.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0024415T0166_DD1423.pdf (https://www.neco.navy.mil/synopsis_file/N0024415T0166_DD1423.pdf)
- Place of Performance
- Address: COMNAVSURFOR RRAM Warehouse, 32nd Street Naval Base, San Diego, CA
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN03779150-W 20150701/150629234506-0fe56f163abdee91d8a25b311835b7d0 (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 |