FDA Move and Labor Services Recompete
ID: OC-2025-121191Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified certified 8(a) small business firms to provide Move and Labor Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to assist over 14,000 personnel in the National Capital Region with various moving activities, including specialized laboratory and IT relocations, document destruction, and warehouse management. This initiative is crucial for maintaining operational efficiency and secure handling of sensitive materials within the FDA. Interested firms must submit their responses by January 23, 2025, to Sheneil Green at Sheneil.Green@fda.hhs.gov, with further details outlined in the attached Statement of Work.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a property action request form from the Department of Health and Human Services (HHS), designed to facilitate the management and disposition of government property. It outlines procedures for reporting property conditions, such as new, usable, repairable, salvageable, and scrap. The form requests essential details like the requester’s organization, location, contact information, property description including model numbers and condition codes, quantity, and costs associated with the items. Additionally, it requires signatures from various officials involved to ensure proper accountability. The form's purpose corresponds with federal guidelines to ensure efficient property management within government agencies, aligning with the broader context of federal grants, requests for proposals (RFPs), and state/local RFP processes by maintaining transparency and oversight in government property transactions. Ultimately, this standardization aids in effective resource allocation and compliance with regulations for governmental property management.
    The document outlines the requirements and responsibilities associated with various labor categories for the Move and Labor Recompete Support Services contract. It emphasizes that all contractor personnel must be U.S. citizens, security clearable, and adequately trained, with specific roles identified as "Key Personnel." Key roles include Project Manager, Program Planner, Warehouse Manager, Dock Master, and Operations Manager, each with defined minimum experience and educational requirements. The Project Manager oversees logistics and staffing, while the Program Planner coordinates office moves. Warehouse, Dock, and Operations Managers supervise material handling and document destruction processes. Labor categories also include Warehouse Laborers, Truck Drivers, and Utility Specialists, with responsibilities ranging from loading and unloading to furniture installation and maintenance. This document serves as a framework for federal contracting, ensuring that necessary qualifications and processes are in place to execute move and labor services effectively, thereby aligning with government regulations for procurement and service delivery.
    The document outlines a commitment to protect non-public information acquired from the Food and Drug Administration (FDA) in the context of employment under a specific contract. The individual signing the agreement acknowledges their responsibility to safeguard sensitive information in accordance with federal laws, including 21 U.S.C. 331(j), 21 U.S.C. 360j(c), and 18 U.S.C. 1905, which govern the confidentiality of such data. The agreement emphasizes the legal implications, including potential criminal penalties for violations. The structure includes a signature section indicating the date and the names of the employee and a witness, confirming the understanding and acceptance of these confidentiality obligations. This document is crucial in maintaining the integrity of proprietary or sensitive FDA information amid government contracts and provides a legal framework for compliance related to RFPs and grants.
    The FDA Daily Move and Labor Related Services Contract outlines the procedures for coordinating and executing office moves for FDA clients. The process begins with the client contacting the Contracting Officer’s Representative (COR), who generates a Statement of Work (SOW) and collaborates with the contractor to plan the logistics, including a site walkthrough. A detailed schedule is established at least three weeks prior to the move, covering all necessary preparations and timelines for disconnection of IT equipment, packing, and physical relocation. The contractor is responsible for delivering packing materials, and clients must manage their personal items independently to mitigate liability risks. On moving day, the contractor executes the relocation, ensuring that all safety measures are in place at both the departure and arrival locations. Following the move, a post-move service is offered to assist with any adjustments or setup required. Lastly, all moving materials are removed within one week post-move. This structured approach ensures a systematic and efficient moving process while minimizing disruptions to FDA operations.
    The FDA Move and Labor Services Menu outlines the services related to small and large office moves, defined as involving up to four personnel. Each move unit includes four hours of labor and necessary equipment, such as a moving truck, packing materials, and equipment for a successful move. The document details various office move scenarios, including relocation within the same building and between different buildings, using both modular and traditional furniture. Additionally, it specifies services for personnel moves and whiteboard installations on different wall types, with pricing structured in move unit increments. The file emphasizes that any additional tasks or services not outlined in the menu will be billed in ¼ move unit increments, and it sets expectations for the pick-up of packing crates post-move. Overall, the purpose of the document is to provide a clear and structured menu of moving services available for FDA personnel or operations, facilitating the budgeting and planning of relocation activities.
    The Food and Drug Administration (FDA) requires Move and Labor Support Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to assist over 14,000 personnel in the National Capital Region. The services include document destruction, warehouse management, and material relocation, especially for laboratory and IT spaces. The contract spans 60 months, comprised of five performance periods, with the contractor expected to provide necessary labor, equipment, and tools for various moving activities. Task orders will dictate specific performance requirements and locations, with individual tasks categorized into small or large moves. Key personnel must meet qualifications set by the FDA, and all operations are subject to strict security, safety, and compliance measures. Moreover, the contractor is responsible for maintaining effective communication and management practices throughout the contract, ensuring minimal disruption to ongoing FDA operations. This initiative highlights the government’s commitment to operational efficiency and the secure handling of sensitive materials.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Notice of Intent to Sole Source - FDA_2272025
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to issue a Sole Source Firm Fixed Price contract for the procurement of two Emulate Zoe CM1 Organ-On-A-Chip culture modules and one Orb Hub Module-1. This procurement aims to evaluate microphysiological systems (MPS) as alternatives to traditional in-vitro models in pharmacokinetic and toxicology studies, which are crucial for advancing FDA's scientific operations and regulatory practices. The selected modules will support the FDA's Division of Applied Regulatory Science (DARS) and must be delivered and installed within 12 months post-award at the FDA’s White Oak Campus in Silver Spring, Maryland. Interested suppliers who believe they can meet the requirements outlined in the Statement of Work are invited to submit capability statements by March 7, 2025, to Hilda Aryeh at hilda.aryeh@fda.hhs.gov.
    PRIMO Software Licensing
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
    Base Notice: Tobacco Retailer Inspections - 75F40125R00046
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking contractors for the Tobacco Retailer Inspections under solicitation number 75F40125R00046. The primary objective is to conduct compliance inspections of tobacco retail establishments to ensure adherence to the Tobacco Control Act, focusing on age verification and advertising regulations. This initiative is crucial for safeguarding public health and preventing youth access to tobacco products. Interested contractors should direct inquiries to Janice Heard at janice.heard@fda.hhs.gov or Brandon Rafus at brandon.rafus@fda.hhs.gov, with proposals due by the specified deadline.
    Repository Samples Freezer Storage Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for Repository Samples Freezer Storage Services. This procurement aims to secure reliable storage solutions for biological samples, which are critical for ongoing scientific research and analysis. The services will be performed in Bethesda, Maryland, and are categorized under the NAICS code 541380, which pertains to Testing Laboratories and Services. Interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or by phone at 301-827-4879 for further details regarding this presolicitation opportunity.
    NAVAIR Moving Support Services
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Air Division, is soliciting proposals for Moving Support Services under a federal contract set aside for 8(a) certified businesses. The contract aims to provide comprehensive moving services, including crating, inventory management, and minor carpentry and electrical work, primarily at Joint Base Andrews in Maryland. This procurement is crucial for maintaining operational efficiency and support for military personnel, ensuring that logistical needs are met effectively. Interested contractors should direct inquiries to Joshua H. Rogers at joshua.h.rogers9.civ@us.navy.mil or Rosalyn A. Dickerson at rosalyn.a.dickerson.civ@us.navy.mil, with the total estimated contract value being approximately $565,580.95 over five years, including a base year and four option years.
    Preventative Maintenance on Biomek FXp Dual Arm Liquid Handling System
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventative maintenance on the Biomek FXp Dual Arm Liquid Handling System. This contract, set aside for small businesses, aims to ensure the optimal functioning of this critical laboratory equipment, which is essential for various biomedical research applications. The work will take place in Silver Spring, Maryland, and interested vendors should reach out to Shamai Carter at shamai.m.carter.civ@health.mil or Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil for further details. The procurement falls under the NAICS code 811210, with a focus on electronic and precision equipment repair and maintenance.
    FMS Cache Rx Products
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (ASPR/ORM-SNS), is seeking qualified vendors to supply FMS Cache Rx Products through a Combined Synopsis/Solicitation. The procurement involves a range of pharmaceutical products, including both over-the-counter and prescription medications, with specific requirements for quantities, packaging types, and compliance with regulatory standards. This initiative is crucial for ensuring the availability of essential medical supplies for government facilities, thereby supporting public health services. Interested vendors should contact Terri Reed at terri.reed@hhs.gov or Kimberly Golden at kimberly.golden1@hhs.gov for further details and to participate in the bidding process.
    FNS Storage and Distribution Services
    Buyer not available
    The Department of Agriculture, specifically the Food and Nutrition Service (FNS), is seeking proposals for Third-Party Logistics (3PL) services related to the storage and distribution of various food products under federal assistance programs, including the Commodity Supplemental Food Program (CSFP) and the Food Distribution Program on Indian Reservations (FDPIR). The contractor will be responsible for managing transportation, receipt, storage, and distribution of USDA commodities while adhering to strict performance standards, including temperature and humidity controls essential for food safety and quality. This procurement is vital for ensuring efficient food distribution to vulnerable populations, with a total funding ceiling of $250 million over the contract's duration, which includes a base year and four option years. Interested parties should direct inquiries to Tracy-Ann Thomas-Arthur at tracy-ann.thomas-arthur@usda.gov, with proposals due by February 5, 2025.
    2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the 2025-2029 National Mobile Food Service Unit (MFSU) Support Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to provide food service support in various incident response scenarios, particularly in natural resource conservation and forest fire suppression efforts. The services are critical for ensuring that personnel engaged in emergency operations receive timely and nutritious meals to maintain operational effectiveness. Interested small businesses are encouraged to reach out to Dana Price at dana.price2@usda.gov or call 703-431-6656 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Aquarium Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide aquarium maintenance services for its facilities in Bethesda, Maryland. The contract, which will run from May 1, 2025, to April 30, 2026, with four optional renewal years, requires the contractor to ensure the health and well-being of fish across eight aquaria, including both saltwater and freshwater tanks, which are integral to enhancing patient and staff comfort. Interested vendors must demonstrate experience in healthcare aquarium management, provide two references, and submit their proposals by February 7, 2025. For further inquiries, potential bidders can contact Tasha Lowe at lowet2@mail.nih.gov or Malinda Dehner at dehnerm@cc.nih.gov.