SOLICITATION NOTICE
66 -- Purchase a license to Analysis services, an on-line services which must be able to
- Notice Date
- 9/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH12T0461
- Response Due
- 9/24/2012
- Archive Date
- 11/23/2012
- Point of Contact
- gloria asowata, 301-619-9941
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(gloria.asowata@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION INSTRUCTIONS 1. Issue Date: 19 Sept 2012 Close Date: 24 Sept 2012 12:00 PM EST 2. Requiring Activity: US Army Medical Research Acquisition Activity (USAMRAA) for the U.S. Army Medical Materiel Command Development(USAMRMC), Fort Detrick, MD 21702. 3. Description of Requirement: This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 4. Solicitation Number: W81XWH-12-T-0461 This combined synopsis/solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, 03 Jan 2012. This combined synopsis/solicitation is an unrestricted procurement using North American Industry Classification System (NAICS) Code 541711. Small Business size standard for this NAICS code is 500. The objectives of this requirement to issue a Single Award for the purpose to Purchase a license to Analysis services, an on-line services which must be able to: Build biological model of disease processes for target identification and validation research Contract shall be Firm Fixed-Price All quotations shall be evaluated in accordance with the evaluation critera below. Quotations shall be prepared in accordance with FAR 52.215-1. Additional - Instructions to Offerors 1.Due to the difficulties in receipt of mail through normal postal services, quotations shall be sent via E-mail to the POC for this combined synopsis/solicitation, to gloria.asowata@us.army.mil.The Offeror is responsible for ensuring receipt by the POC. 2. Quotations shall provide a price quote based on the Statement of Need within this combined synopsis/solicitation. Your submission should include two separate parts: a Price proposal and a Non-Price proposal.The Non-Price proposal shall be submitted in MS Word or searchable PDF format. The Price proposal shall be submitted in MS Word or MS Excel 2000 or higher, but not greater than MS Word or MS Excel 2003 format. The firewall utilized by the Government contracting office does not authorize or accept zip files. 3. Please include CAGE Code and DUNS number. 4. All quotations shall be prepared to reflect both US Dollars. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011Months LICENSE FOR ANALYSIS PROGRAM, INGENUITY FFP PATHWAYS NET AMT ADDITIONAL INFORMATION MINIMUM ESSENTIAL CHARACTERISTICS Purchase a license to Analysis services, an on-line services which must be able to: Build biological model of disease processes for target identification and validation research. Lead identification/mechanism of action research Biomarker research: able to identify and prioritize via analysis of gene expression array, proteomics or genotyping data Metabolomics research Toxicity/safety research Data should be input by an excel worksheet INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-OCT-2012 TO 01-OCT-2013 N/A US ARMY INSTITUTE OF SURGICAL RESEARCH 3698 CHAMBERS PASS BLDG 3611 FORT SAM HOUSTON TX 78234-6315 CLAUSES INCORPORATED BY REFERENCE 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.204-6 Data Universal Numbering System (DUNS) Number APR 2008 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items AUG 2012 52.232-25 Prompt Payment OCT 2008 52.243-1 Changes--Fixed Price AUG 1987 52.246-1 Contractor Inspection Requirements APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7001 Commercial And Government Entity (CAGE) Code Reporting AUG 1999 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT CONTRACTOR MANPOWER REPORTING (CMR) - (ACCOUNTING FOR CONTRACT SERVICES) (APR 2011) (USAMRAA) ARMY ELECTRONIC INVOICING INSTRUCTIONS (FEB 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. ____XX__ Wide Area Workflow (WAWF) (see instructions below) ________ Web Invoicing System (WInS)(https://ecweb.dfas.mil) ________ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) ________ Other (please specify)____________________________________ DFAS POC and Phone:_______________________________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) DFAS-Rome at 1-800-553-0527 or faxed to1-877-575-3332. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [Check the appropriate type) ________ Commercial Item Financing ________Construction Invoice (Contractor Only) ________ Invoice (Contractor Only) _____ (Invoice and Receiving Report COMBO) __XX____ Invoice as 2-in-1 (Services Only) ________ Performance Based Payment (Government Only) ________ Progress Payment (Government Only) ________ Cost Voucher (Government Only) ________ Receiving Report (Government Only) ________ Receiving Report With Unique Identification (UID) Data (Government Only) UID is a new globally unique "part identifier" containing data elements used to track DoD parts through their life cycle. ________ Summary Cost Voucher (Government Only) CAGE CODE: [Enter Contractor Cage Code here] ISSUE BY DODAAC: [Enter Contracting Office DODAAC here] ADMIN BY DODAAC: [Enter office administering contract here] INSPECT BY DODAAC: [Enter Inspector's DODAAC here if applicable] ACCEPT BY DODAAC: [Enter Acceptor's DODAAC here if applicable] SHIP TO DODAAC: [Enter Ship to DODAAC(s) here] LOCAL PROCESSING OFFICE DODDAC: [Enter LPO DODAAC here if applicable] PAYMENT OFFICE FISCAL STATION CODE: [Enter Fiscal Station CODE] EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable) INSPECTOR: [Enter Inspector's email address here] ACCEPTOR: [Enter Acceptor's email address here] RECEIVING OFFICE POC: [Enter receiving office POC email address here] CONTRACT ADMINISTRATOR: [Enter Contract Administrator's email address here] CONTRACTING OFFICER: [Enter Contracting Officer's email address here] ADDITIONAL CONTACT: [Enter email address(es) here] For more information contact [Enter Contract Specialist's and/or Contracting Officer's name, email and phone here 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation will be the Best Value to the Government utilizing the Lowest Price Technically Acceptable (LPTA selection process The following factors shall be used to evaluate offers: Factor 1Technical Factor 2Price (b) Basis for Award & Evaluation This will be a LPTA procurement. The Government intends to evaluate quotations and award a contract without discussions with Offerors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The LPTA process is selected as appropriate for this acquisition because the best value is expected to result from selection of the technically acceptable quotation with the lowest evaluated price. An overall technical rating must be at least "ACCEPTABLE" in order to be eligible for award. An "UNACCEPTABLE" rating in any factor, results in the overall technical proposal being rated "UNACCEPTABLE" unless corrected through discussions. An overall technical rating of "UNACCEPTABLE" makes a quotation ineligible for award. An offeror is expected to submit sufficient information in response to the RFQ to allow for the evaluation of his/her quotation. Each of the evaluation factors will be rated as follows: Factor 1 - Technical The Government will evaluate the offeror's capabilities to provide equipment provided in the statement of need. The supplies recommended by the contractor will be evaluated in how they satisfy all of the Minimal Essential Characteristics (MEC's) provided.. All quotations submitted with equivalent supplies shall provide a matrix that directly point back to all MEC's. Table A-1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. Factor 2 - Price Offerors' price proposals will be evaluated to determine the price is fair and reasonable in accordance with FAR 12.209 and FAR 15.4. Quotations should include a proposed price by Contract Line Item Number (CLIN) for each post requiring supplies. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes shall remain valid for a minimum of 90 days. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. Factor 2 - Price Offerors' price proposals will be evaluated to determine the price is fair and reasonable in accordance with FAR 12.209 and FAR 15.4. Quotations should include a proposed price by Contract Line Item Number (CLIN) for each post requiring supplies. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes shall remain valid for a minimum of 90 days. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12T0461/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Record
- SN02890048-W 20120921/120920001220-fc3d871c252d2d6ba966b908bd25a6fa (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 |