SOURCES SOUGHT
R -- Material Handler Facilities Support Services
- Notice Date
- 5/13/2021 8:33:47 AM
- Notice Type
- Sources Sought
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-21-R-MH21
- Response Due
- 5/19/2021 10:00:00 AM
- Archive Date
- 06/03/2021
- Point of Contact
- Osvaldo C. Vela, Phone: 2104662194, Sylvia Farmer, Phone: 2104662270
- E-Mail Address
-
osvaldo.c.vela.civ@mail.mil, sylvia.farmer.civ@mail.mil
(osvaldo.c.vela.civ@mail.mil, sylvia.farmer.civ@mail.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- The purpose of this Revision to the Sources Sought Notice is to provide answers�to questions submitted but not responded to; thus, the reason for the extension.� Vendors are not obligated to resubmit their responses.��A revised Performance Work Statement is attached, as well as the questions with answers for your consideration.� Questions from Sources Sought Notice 1 � PWS, Part I, General Information, section 1.1 Description of Services/Introduction: states �contractor shall provide all personnel, equipment, supplies, facilities, transportations, tools, materials, supervision, and other items necessary to perform BAMC material handling facilities support services��.� In regards to this statement, please define in detail the following: A. Equipment � Please clarify if the term �equipment� as it applies to the PWS document and in compliance with the provision directive statement in #1 above is comprehensively defined in Part 3, section 3.4 Equipment and Supplies: for bidding/estimating purposes or will there be any other �equipment� requirements not specified in Part 3, section 3.4 Equipment and Supplies: that will be required to provide by Contractor? Govt. Response:� The contractor will not be required to provide any equipment. B- Section 1.4 Scope of the PWS mentions �truck drivers� and �forklift operators when required� and Section 1.6.8 Special Qualifications mentions �stock pickers, pallet jacks,�medium size and heavy duty delivery trucks��.� With respect to the PWS statement in #1 above, is the contractor required to include in the bid all the equipment listed in the PWS sections per the equipment examples listed here? Govt. Response:� The contractor will not be required to provide any equipment. C. If so, will a detailed list of the required equipment including size, horsepower, dimensions, weights, secure storage options, and delivery date milestones be provided in the final bid package? Govt Response:� N/A D. How will fuel, routine maintenance, downtime (when applicable) and repairs specific to contractor provided equipment be reimbursed? Govt Response:� N/A 2- Supplies - Please clarify if the term �supplies� as it applies to the PWS document and in compliance with the provision directive statement in #1 above is comprehensively defined in Part 3, section 3.4 Equipment and Supplies: for bidding/estimating purposes or will there be any other �supplies� requirements not specified in Part 3, section 3.4 Equipment and Supplies: that will be required to provide by Contractor? Govt Response:� The contractor will not be required to provide any supplies. A. Section 1.4 Scope of the PWS provides a broad, multi-faceted scope of work which includes for example �update bin labels�, �general repairs� and �projected maintenance tasks�.� With respect to the PWS statement in #1 above, is the contractor required to include in the bid all the supplies required for all of the broad, multi-faceted tasks listed in the PWS section examples listed here? Govt Response:� The contractor will not be required to provide any supplies. B. If so, will a detailed list of the required supplies including preferred vendor (if any), preferred brand (if any), quantity, storage capacity, baseline cycle usage for estimating purposes, and any applicable specification requirements be provided in the final bid package? Govt Response:� N/A C. How will inventory control specific to contractor provided supplies be managed at the facility and reimbursed if inventory loss onsite beyond control of contractor is experienced? Govt Response:� There will not be any inventory control specific to the contractor. 3. Facilities � Please clarify if the term �facilities� as it applies to the PWS document and in compliance with the provision directive statement in #1 above is comprehensively defined in Part 3, section 3.2 Facilities: for bidding/estimating purposes or will there be any other �facilities� requirements not specified in Part 3, section 3.2 Facilities: that will be required to provide by Contractor? Govt Response:� There will not be any other �facilities� requirements not specified in Part 3, section 3.2 Facilities. A. Will a detailed list of the required facilities including preferred vendor (if any), preferred brand (if any), quantity, storage capacity, baseline cycle usage for estimating purposes, and any applicable specification requirements be provided in the final bid package? Govt Response:� N/A 4. Tools - Section 1.4 Scope of the PWS provides a broad, multi-faceted scope of work which includes for example �all furniture setup, Re-configuration, and area changes�, �furniture movement, general repairs,�projected maintenance tasks� and �projected maintenance tasks�.� With respect to the PWS statement in #1 above, is the contractor required to include in the bidall the tools required for all of the broad, multi-faceted tasks listed in the PWS section examples listed here? Govt Response:� The contractor will not be required to provide any tools. A. If so, will a detailed list of the required tools including sizes, attachments, capacities, quantity of each, dimensions (reach, weight limits, etc.) preferred brand (if any), quantity, storage capacity, baseline cycle usage for estimating purposes, and any applicable specification requirements be provided in the final bid package? Govt Response:� N/A 5. Materials - Section 1.4Scope of the PWS provides a broad, multi-faceted scope of work which includes for example �area changes�, �general repairs� and �projected maintenance tasks�.� With respect to the PWS statement in #1 above, is the contractor required to include in the bid all the materials required for all of the broad, multi-faceted tasks listed in the PWS section examples listed here? Govt Response:� The contractor will not be required to include in the bid any materials required for any of the broad, multi-faceted tasks listed in the PWS. A. If so, will a detailed list of the required materials including sizes, quantities, specifications, dimensions, preferred brand (if any), preferred vendor (if any), storage capacity, and baseline cycle usage for estimating purposes be provided in the final bid package? Govt Response:� N/A 6 � PWS, Part I, General Information, section 1.3 Objectives: states �currently staffed by four (4) government employees� and then �acquiring two additional teams of Material Handlers to �decrease FWR close out to 2-4 months� and �complete approximately 600 FWR�s per year�. In regards to this statement, please define in detail the following: A. Will the two additional teams provided by the successful contractor report to and/or be directed by all or any of the existing four (4) government employees or their supervisor or the COR? Govt Response:� Direction will come for the COR B. If not, who will supervise and direct the four (4) contractor employees on site? Govt Response:� N/A C. Who will authorize daily timesheets onsite for the four (4) contractor employees? Govt Response:� The COR D. Who will dictate and authorize any �after duty hours� and/or �weekends� when required as described in 1.6.2Hours of Operation:? Govt Response:� The Contracting Officer and COR 7 - PWS, Part I, General Information, section 1.6.19 Protective Gear and Equipment: states �Contract personnel are to notify Contractor for issuance of these items�.� However, that paragraph also states �Government will provide protective gear, except for safety shoes as per OSHA requirement.� In regards to this statement, please clarify the process for contractor personnel to request and receive the applicable government provided protective gear and equipment. Govt Response:� Upon completion of the Check In process, the COR will issue the Personal Protective Equipment (PPE); except for safety shoes. 8 � PWS, Part 3, section 3.3, GOVERNMENT FURNISHED ITEMS AND SERVICES, Utilities: states �Failure of the Government to furnish utilities at any time during performance of contract due to outages or other service interruptions shall not be considered by the contractor for basis of claim against the government.�� In this case, will contractor personnel unable to productively progress/complete assigned tasks due to a utility failure through no fault of their own continue to be paid and billable by contractor for down time accrued? Govt Response: See revised PWS. 9 � PWS, Part 1, section 1.6.10,Contracting Officer Representative (COR): states �A letter of designation�states the responsibilities and limitations of the COR, especially with regard to changes in cost or price��� How will changes in scope, labor, or other contractor provided requirements be communicated to the contractor, estimated, submitted by the contractor to BAMC representation, reviewed, and ultimately approved?������ Govt Response: The Contracting Officer will notify the contractor of any changes requested. Only the Contracting Officer is authorized to make changes to the contract. A. Upon receipt of approved change orders, what is the anticipated turnaround duration for a revised contract with revised contract amount to be received by the contactor? Govt Response: This is dependent upon the change request and value. An approved change order is completed through a contract modification to include funding. 10. Due to the various requirements and duties listed by BAMC for the contractors designated contract manager, will any billable time for the contractors contract manager be allocated in the bid package? Govt Response: A proposal is not being requested at this time. However, the contractor should clearly show all cost related to this requirement when responding to a proposal. Cost should be in accordance with contractors accounting practices. 11. PWS, Part 1, section 1.6.9,Post Award Conference/Periodic Progress Meetings: states �will meet periodically, quarterly as a minimum�to review contractor performance.�� Will the contractor and their designated contract manager be proactively invited/informed of this meeting schedule? Govt Response: Yes A. Will the contractor and their designated contract manager be allowed to attend these meetings onsite or via conference call? Govt Response: Normally Via conference call. --------------------------------------------------------------------------------------------------------------------------------------------------------------------- The U.S. Government desires to procure services to support all furniture set up, re-configuration and area changes; while receiving and processing a variety of materials for furniture and workplace support projects. The mission of the United States Army (USA) Medical Command (MEDCOM) is to provide quality healthcare to its beneficiaries who include Active Duty, Reserve, National Guard and Retired Soldiers and their Family Members. BAMC is a modern state-or-the-art, 450-bed health care facility that provides level-one trauma and graduate medical education. The multi-storied medical treatment facility has 1.5 million square feet of operational space and a normal bed capacity of 450, of which 48 are ICU beds and 40 are dedicated to the Institute of Surgical Research Burn Unit. The hospital is capable of expanding to 653 beds if needed to support a wartime mobilization. The direct patient care settings, such as the operating rooms, emergency rooms, critical and noncritical care units and burn care units, require support services 24 hours a day, seven (7) days a week. Other healthcare related settings such as clinics, laboratories and administrative areas require support services on an area/room specific scheduled basis. The BAMC Furniture Section is currently staffed by four (4) Government employees. During FY 20, the BAMC Furniture Section received 1492 Furniture Work Requests (FWR). There are currently 894 FWRS in the queue. The time period to close out a FWR can take 4-6 months. By acquiring two additional teams of Material Handlers (Furniture), time to close out a FWR should decrease to 2-4 months. Due to safety precautions, the Material Handlers (Furniture) are required to work in teams of two (2). Two additional teams will be able to complete 600 FWRs per year.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4a4835f7f9a340ad9801ffe6c0e9c828/view)
- Place of Performance
- Address: JBSA Ft Sam Houston, TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN06001774-F 20210515/210513230126 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |