SOLICITATION NOTICE
A -- Support Services for Ferrets Study - SOW AND CRITERA EVAL
- Notice Date
- 2/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112930
— Fur-Bearing Animal and Rabbit Production
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIHA02112015
- Archive Date
- 3/11/2015
- Point of Contact
- Lorena A Waller, Phone: 240-669-5099, John B Foley, Phone: 240-669-5087
- E-Mail Address
-
wallerlor@niaid.nih.gov, jf14p@nih.gov
(wallerlor@niaid.nih.gov, jf14p@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW EVALUATION CRITERA This notice is a combined Synopsis/Solicitation Request for Proposal for commercial items prepared in accordance with the format of FAR 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 for the solicitation number NIHA02112015. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-78 dated December 26, 2014. This acquisition is a commercial service and will be processed under Simplified Acquisition Procedures (SAP) on an unrestricted basis. The associated North American Industry Classification System (NAICS) Code is 112930, which has a size standard of 0.75. The National Institute of Allergy and Infectious Diseases (NIAID) have a requirement for support as follows: Contractor Requirements •· The offeror shall provide their corporate experience in breeding of laboratory pathogen free ferrets-for the last 3 years •· The offeror must be able to harvest serology samples and ship samples to NIAID project office for testing •· The offeror must provide pathogen free ferrets that have been vaccinated against rabies. •· Demonstrates the consistency and capacity of breeding large number (1500) of pathogen free ferrets for biomedical research •· Adequacy of facility requirements to breed large number of ferrets up to (1500) •· Offeror must have the staffing resources to breed and ship large numbers of pathogen free ferrets •· Offeror must demonstrate ability to deliver to NIH in Bethesda Maryland within 24 hours of ordering •· Past performance providing the same or similar service within the past three years •· Offeror shall provide all information above with their proposal •· Company services provided (federal or other) •· Dollar amount of contract •· Technical point of contacts •· Price Ferrets<8 wk min 0 max 0 Ferrets 9-23 wk min 0 max 100 Ferrets>24 wk min 10 max 400 Castration & descenting min 1 max 400 Spray & descenting min 1 max 400 Blood min 10 max 600 Blood shipping min 1 max 20 Crates min 5 max 200 Delivery min 1 max 20 See the attached Statement of Work The Government may decide to extend the period of performance. The total period of performance resulting- one year BASE plus four one year options for total of five years. In accordance to FAR 52.212-2 Evaluation - Commercial Items the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the Government, price and other factors considered. NIAID will assess the relevancy of the experience and evaluate the Offeror's past performance (how well the offeror performed on the referenced projects). The technical proposal will be rated as follows: Outstanding, Good, Acceptable, and Unacceptable. The past performance will be rated as follows: Very Relevant, Relevant, Somewhat Relevant, Not Relevant, Substantial Confidence, Satisfactory Confidence, and Limited Confidence. The Government will issue a firm-fixed price purchase order to the responsible contractor. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation ( www.sam.gov ). By submission of an Offeror- acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representative and Certifications Commercial items and services in the SAM database. All questions shall be submitted by February 17th by 12:00 p.m. Offerors are to submit their proposals by Tuesday, February 24, 2015 by 12:00 p.m. or email at Wallerlor@niaid.nih.gov or through the U.S. Postal Service at the address of NIH/NIAID/AMOB, 5601 Fishers Lane 3 rd floor Rm 3A58, Rockville Maryland 20852-9822. The following Federal Acquisition Regulations provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.212-4 Contract Terms and conditions-Commercial Items (SEP 2013) FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)) FAR 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3) FAR 52.219-14 Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14) FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-1 Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.217-8 Option to Extend Services. Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) HHSAR 352.222-70 Contractor cooperation in equal employment opportunity investigations As prescribed in 322.810(h), the Contracting Officer shall insert the following clause: Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) (a) In addition to complying with the clause in FAR 52.222-26, Equal Opportunity, the Contractor shall, in good faith, cooperate with the Department of Health and Human Services (Agency) in investigations of Equal Employment Opportunity (EEO) complaints processed pursuant to 29 C.F.R. Part 1614. For purposes of this clause, the following definitions apply: (1) "Complaint" means a formal or informal complaint that has been lodged with Agency management, Agency EEO officials, the Equal Employment Opportunity Commission (EEOC), or a court of competent jurisdiction. (2) "Contractor employee" means all current Contractor employees who work or worked under this contract. The term also includes current employees of subcontractors who work or worked under this contract. In the case of Contractor and subcontractor employees, who worked under this contract, but who are no longer employed by the Contractor or subcontractor, or who have been assigned to another entity within the Contractor's or subcontractor's organization, the Contractor shall provide the Agency with that employee's last known mailing address, e-mail address, and telephone number, if that employee has been identified as a witness in an EEO complaint or investigation. (3) "Good faith cooperation" cited in paragraph (a) includes, but is not limited to, making Contractor employees available for: (i) formal and informal interviews by EEO counselors or other Agency officials processing EEO complaints; (ii) formal or informal interviews by EEO investigators charged with investigating complaints of unlawful discrimination filed by federal employees; (iii) reviewing and signing appropriate affidavits or declarations summarizing statements provided by such Contractor employees during the course of EEO investigations; (iv) producing documents requested by EEO counselors, EEO investigators, Agency employees, or the EEOC in connection with a pending EEO complaint; and (v) preparing for and providing testimony in hearings before the EEOC and U.S. District Court. (b) The Contractor shall include the provisions of this clause in all subcontract solicitations and subcontracts awarded at any tier under this contract. (c) Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate this contract for default.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIHA02112015/listing.html)
- Place of Performance
- Address: Bldg 33 at 9000 Rockvill Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03639971-W 20150213/150211234754-f6c2ff5f8739b22cb3d8cd5598c91bbf (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 |