Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2025 SAM #8451
SOURCES SOUGHT

S -- FDA Move and Labor Services Recompete

Notice Date
1/14/2025 4:26:54 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
OC-2025-121191
 
Response Due
1/23/2025 9:00:00 AM
 
Archive Date
02/07/2025
 
Point of Contact
Sheneil Green, Phone: 2404029672
 
E-Mail Address
Sheneil.Green@fda.hhs.gov
(Sheneil.Green@fda.hhs.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
PURPOSE This Sources Sought Notice (SSN) is for market research, information, and planning purposes ONLY. This SSN does not in any way constitute a Request for Quotation or Request for Proposal and as such, shall not be construed as a commitment by the Government (implied or otherwise) to issue a solicitation or ultimately award a contract. This announcement is specifically targeted to a) identify qualified certified 8(a) small business firms capable of providing the required tasks and services as detailed in the attached Statement of Work under an Indefinite Delivery Indefinite Quantity (IDIQ) contract with task orders inclusive of Firm Fixed Price, Time and Materials, Labor Hour, or a combination thereof. Complete and detailed responses from all interested parties are appreciated and will be accepted. REQUIREMENT The Office of Facilities Engineering and Mission Support Services, Division of Operations Management and Community Relations, Logistics and Transportation Management Branch has an ongoing requirement to provide Move and Labor services for a variety of move and labor activities. Specifically, the Government requires move and labor services for specialized laboratory, vivarium (animal facility) and Information Technology spaces, as well moving services for offices, including labor and equipment services related to warehouse and loading dock management; material move and relocation; and materials receiving and distribution. This may sometimes include chemical, hazardous materials and biologics moving services. Additionally, and as an ancillary activity to moves, the Government also requires document destruction services, that are related to supporting a population of over 14,000 personnel. The primary locations for performance in support of the resultant contract are in the �National Capital Region� (NCR), which means the geographic area located within the boundaries of the District of Columbia, Montgomery and Prince Georges Counties in the State of Maryland, Arlington, Fairfax, Loudoun, and Prince William Counties and the City of Alexandria in the Commonwealth of Virginia, and all cities and other units of government within the geographic areas of such District, Counties, and City. A list of potential locations relevant to this contract is contained in Attachment 1: NCR Metropolitan Area Site List. The Contractor shall provide the full range of labor, including all equipment, tools, vehicles, conveyances, packing/moving supplies, and expendables required to accomplish routine and project-based labor services in support of 14,000 FDA personnel in multiple locations. As part of this support, the Contractor shall also provide on-site document destruction services at the tasked designated locations. Services shall be required on an ongoing basis as set forth in each Task Order (TO). Refer to the attached Draft Move and Labor Recompete Statement of Work dated January 14, 2025 for more specifics regarding the required tasks and services to be performed. REQUESTED INFORMATION Responsive 8(a) firms shall submit a complete response to the below: Company Information Name, mailing address, Cage Code, Unique Entity Identifier (UEI). Point of contact: name, email, phone number. Business Size and Socio-Economic Status Indicate company size. If small, specify socio-economic status. NAICS Code Recommend applicable NAICS codes supporting the SOW tasks/services. Staffing & Management Experience Describe experience staffing and managing material handling/loading dock services at federal agencies and/or large companies (500+ employees) in the past 5 years. Warehouse Management What�s the largest warehouse square footage managed, duration, customer name, contact info, contract details (number, value), and service description. Project Planning & Facility Moves Detail experience planning and executing small and large facility moves (e.g., disassembling/reassembling furniture, IT equipment). Provide annual move count, if applicable. Government Office/Material Moves Experience with government office/material moves (federal/state/local). Provide project move details: customer name, contact info, contract details (number, value), and description. Document Destruction Services Experience performing document destruction for federal agencies or large companies, including frequency and customer details. State industry certifications (if any): provider, date, and certification details. SOW Questions Provide questions you have regarding the Statement of Work and/or areas for clarification. DISCLAIMER The Government will not reimburse respondents for any costs associated with information submitted in response to the SSN. Responders are solely responsible for all expenses associated with responding to this SSN. Responses to this SSN are not offers and cannot be accepted by the Government for the basis of forming a binding contract. This SSN is being issued solely for the purpose of gathering information for planning purposes. This SSN does not commit the Government to a contract for any supply or service. Furthermore, the Government is not at this time seeking quotes and will not accept unsolicited quotes. Respondents to this SSN may be requested to provide additional information/details based on their initial submittals. The Government reserves the right to select, one (1), some, or none of the submissions for further information. Vendors who submit information in response to this SSN do so with the understanding that U.S. Government personnel may review their materials and or data. RESPONSE DEADLINE Responses must be submitted in writing by e-mail to Contracting Officer, Sheneil Green, at Sheneil.Green@fda.hhs.gov, no later than January 23, 2025, 2024, 12:00 pm ET. Questions regarding this SSN must be submitted via email as telephone inquiries will NOT be addressed and shall NOT contain proprietary or classified information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a3e24a0461844d0a593066844c9bbcc/view)
 
Place of Performance
Address: Silver Spring, MD 20903, USA
Zip Code: 20903
Country: USA
 
Record
SN07312911-F 20250116/250114230135 (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 |
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.