Maryland Bids > Bid Detail

Storage/warehousing and transferring of equipment and supplies

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159331753957196
Posted Date: Jan 26, 2023
Due Date: Feb 2, 2023
Solicitation No: 75F40123SSN116397
Source: https://sam.gov/opp/649d679747...
Follow
Storage/warehousing and transferring of equipment and supplies
Active
Contract Opportunity
Notice ID
75F40123SSN116397
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
FOOD AND DRUG ADMINISTRATION
Office
FDA OFFICE OF ACQ GRANT SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 26, 2023 04:55 pm CST
  • Original Response Date: Feb 02, 2023 01:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 493110 - General Warehousing and Storage
  • Place of Performance:
    Silver Spring , MD 20993
    USA
Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.



The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) has issued this sources sought announcement on behalf of the Center for Biological Evaluation and Research (CBER) in order to determine if there are existing small business sources capable of providing an annual storage/warehousing and transferring of equipment and supplies meeting the requirements below.



If your firm is considered a small business source under North American Industry Classification System (NAICS) Code 493110 General Warehousing and Storage; Small Business Size Standard is $34 Million and believe that your firm would be able to provide the FDA with the supplies/services described below, please submit an email to Warren.Dutter@fda.hhs.gov. The vendor should include information about the company and demonstrate that it can meet all of the minimum performance requirements.



Background: The Division of Veterinary Services (DVS), located at the U. S. Food and Drug Administration (FDA) Center for Biologics Evaluation and Research (CBER) White Oak facility in Maryland, primarily administers the White Oak Consolidated Animal Care (WOAP) program and supports a comprehensive set of animal-related services, providing for the humane care and health of research animals. Routine services include animal procurement, quarantine, transportation and housing, provision of diet, water, and enrichment, daily observation of animals with reporting of abnormal health conditions, as well as sanitization of rooms, cages, racks, and other equipment.



The WOAP vivarium has extremely limited storage space within the facilities and requires additional storage space in the form of off-site self-contained storage units at one facility, for (including but not limited to) BSL3 primate and small animal racks, sanitization consumables, tables, chairs and other equipment necessary to the optimal performance, maintenance and function of the animal program.



To accommodate the WOAP Vivarium and provide efficiencies the FDA is requesting a contractor to provide warehousing/storage and moving services between White Oak facility and contractor’s place of warehousing.



Currently, the WOAP has the supplies/equipment stored at 1105 New Hampshire Ave, Silver Spring, MD 20904. The contractor shall provide relocation of the equipment to the new warehousing location.



Minimum Technical Requirements:




  1. Storage/Warehousing Requirements:




  1. Contractor shall provide 2900 sq feet of secured designated storage to store equipment for the White Oak Animal Program. Equipment inventory list attached: Attachment 1 - Inventory List

  2. Contractor shall ensure building is fully secured and provides 24/7 surveillance with recorded video and other means i.e. security guards, alarms, etc.

  3. The storage/warehouse location shall be located on the ground floor and within 30 miles of 10903 New Hampshire Ave., Silver Spring, MD 20993. Distance shall be determined by shortest route to storage address using Google Maps.

  4. Contractor shall have pest,vermin monitoring and control program. All pest management products shall be free of harmful chemicals and pathologic contaminants.

  5. Contractor shall be able to monitor, record, document and seasonally control the temperature and humidity daily. The room temperature shall be maintained at 60-80F and have a humidity range between 30-60%.

  6. The storage area shall be accessible by the Contracting Officer Representative (COR) for annual inspections and additional inspections if needed.

  7. Contractor shall have an up-to-date biosecurity plan to control infectious organisms for stored equipment/supplies.






  1. Equipment Transfer Requirements between White Oak Facility and Contractor Place of Warehousing:




  1. Contractor shall provide full palletizing and shrink wrapping of supplies/equipment during transfers/deliveries.

  2. Contractor shall provide all labor/staffing of pickup and delivery service within 1-3 business days, after receiving request from COR.

  3. Contractor shall coordinate with the COR when a trip to pickup or delivery is requested. Trips include providing equipment and personnel to load/unload between the vivarium and warehouse.

    1. All items requested to be delivered to the warehouse will be packaged accordingly by the vivarium staff ready to be picked up and shipped to warehouse. However, the contractor may use additional packaging and/or equipment to better secure items for transport.

    2. The contractor shall be responsible for packing the items that are requested by the COR to be brought back to the White Oak Campus. The

    3. The Contractor shall ensure they have the necessary equipment to support shipping of the items identified in the inventory.

    4. The Contractor shall not be requested for equipment transfers more than 10 round trips per month.



  4. Contractor shall provide emergency equipment deliveries 24/7 due to any unforeseen emergency situation with-in 4-6 hours to FDA White Oak Animal Program and or work with COR to pick up requested items.






  1. Initial Equipment Transfer Requirements between 1105 New Hampshire Ave, Silver Spring, MD 20904 and Contractor Place of Warehousing:




  1. Contractor shall provide all labor/staffing and equipment to transfer current inventory from storage facility, located at 11105 New Hampshire Ave, Silver Spring, MD 20904 to new warehousing location identified by contractor.

    1. For initial transfer, the contractor will work with FDA staff to pack and prepare equipment to be picked up and delivered.

    2. Contractor shall provide staffing for loading and unloading equipment and transportation of items identified in the inventory.

    3. Contractor shall work with COR on scheduling transfer.








  1. Other Requirements:




  1. Contractor shall keep detailed records of all items received/delivered.

  2. Contractor shall provide $4 million liability insurance for cost of items stored or while in transport.

  3. Contractor shall maintain detailed inventory records, including each item by pick-up and delivery dates. Vendor shall provide records to the Contracting Officer Representative (COR) monthly and/or as requested.

  4. Contractor shall replace or repair equipment damaged or lost by their staff while in their possession.





Attachments:




  1. Attachment 1 - Inventory List





Period of Performance:



Base Period: 12 consecutive months commencing upon award date;



Option Period 1: 12 consecutive months commencing upon expiration of the base year;



Option Period 2: 12 consecutive months commencing upon expiration of Option Year 1;



Option Period 3: 12 consecutive months commencing upon expiration of Option Year 2;



Option Period 4: 12 consecutive months commencing upon expiration of Option Year 3;













White Oak Pick-up/Delivery Location (Loading dock available in Building 10):



FDA/CBER



10903 New Hampshire Ave.



Building 10, Room G115



Silver Spring, MD 20993





Pick-ups and deliveries shall be coordinated with Contracting Officer’s Representative (COR).





Storage/Warehousing Location (

Contractor shall identify.







Though the target audience is small business vendors or small businesses capable of supplying a U.S. service of a small business vendor or producer all interested parties may respond. At a minimum, responses shall include the following:






  • Business name and bio, Unique Entity ID (SAM) number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm.

  • Past Performance (within the last 3 years) information for the sale of same or substantially similar product/service to include date of sale, description, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include Unique Entity ID (SAM) number and size status) if not the respondent.

  • Descriptive literature, brochures, marketing material, etc. detailing the nature of the service the responding firm is regularly engaged in manufacturing or selling.

  • The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services meet the technical requirements identified above.

  • The offeror’s capability to initiate service within 3 days of original notification. Estimated historical on-site response time for the brand name and model of instrument in this requirement.

  • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested.

  • If applicable, identification of Best in Class (BIC) contract information or other Government-wide or HHS-wide contracts that the equipment/service is available on.

  • If a large business, provide whether subcontracting opportunities exist for small business concerns.

  • Standard commercial warranty and payment terms.

  • Provide place of product manufacture or service performance and any other applicable information to enable review and analysis pertaining to the Buy American statute and requirements relating to Made in America in the event a nonavailability waiver request through the MIAO Digital Waiver Portal is needed.

  • Though this is not a request for quote, informational pricing for the equipment/service would be helpful for market research purposes.



The Government is not responsible for locating or securing any information not identified in the response.





Interested Contractors must respond with capability statements which are due by email to the point of contact listed below on or before February 2, 2023 by 1:00 PM Central Time at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Warren Dutter, email warren.dutter@fda.hhs.gov. Reference: 75F40123SSN116397.







Disclaimer and Important Notes



This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.





Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre‐solicitation synopsis and solicitation may be published in sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.





Confidentiality



No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non‐proprietary technical information in any resultant solicitation(s).





Additional Notes:



If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.


Attachments/Links
Contact Information
Contracting Office Address
  • 4041 Powder Mill Road 4th Floor
  • Beltsville , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 26, 2023 04:55 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >