Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOLICITATION NOTICE

A -- R & D Lab Pigs

Notice Date
2/19/2020 7:45:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0384
 
Response Due
2/26/2020 8:59:59 PM
 
Archive Date
03/12/2020
 
Point of Contact
Peter Kimpeter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: R & D Lab Pigs 1.B. Description: Laboratory animal procurement, housing, management, and imaging services. 1.C. Project Location. VA GLA, 11301 Wilshire Blvd, Los Angeles, CA 90073 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0384. 1.E. Set Aside: This solicitation is not set aside 1.F. Applicable NAICS code: 541990, All Other Professional, Scientific and Technical Services 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: one year 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 2. Statement of Work. Obtain, house, and treat 30 swine used for Magnetic Resonance imaging studies. 2.A. Scope. Dr. Kim-Lien Nguyen, Principal Investigator, has been awarded VA CSR&D funding to establish a ferumoxytol-enhanced (FE) CMR steady-state imaging approach for myocardial ischemic testing. 30 pigs are planned for the testing, with each animal housed for about 2 weeks. The funding was provided with the intention of conducting the animal procedures at an off-site veterinary facility. This facility must have experience performing pig studies, have facilities suitable for pig surgeries and housing, and the availability of specialized monitoring equipment and imaging services to be used with the animals. 2.B. Specific Tasks. 2.B.1. Animal acquisition and housing. The Contractor shall select outside vendors with farms to provide certified laboratory animals and coordinate shipping and delivery to its facility at UCLA. The contractor shall provide animal housing in accordance with AALAC national guidelines. Contractor shall remain fully certified and compliant with all local and national regulations and USDA requirements regarding housing, food, veterinary care, enrichment activities, exercise. Contractor will maintain records as required by certifying and regulatory agencies. 2.B.2. Veterinary care. The contractor shall provide licensed and qualified veterinarians and veterinary assistants to oversee the care of the animals during their entire stay. Assistance will be provided during surgeries and procedures, and for medication administration. Contractor will acquire and administer veterinary-grade medications as called for in experimental protocol. 2.B.3. Euthanasia. The contractor shall humanely perform euthanasia as dictated by USDA and AALAC regulations. Contractor will dispose of the carcass according to local biohazard regulations. 2.C. Deliverable Table Tasks Deliverable Planned Completion Date Task 1 Animals and ongoing housing Ongoing throughout contract Task 2 Ongoing veterinary care Ongoing throughout contract Task 3 Animal euthanasia Ongoing throughout contract 2.D. Scope of Inspection. The Contractor shall notify the CO/POC as soon as it becomes apparent to the contractor that a scheduled delivery shall be late. The contractor shall include in the notification the rationale for late delivery, the expected date for the delivery and the project impact of the late delivery. The CO/POC shall review the proposed schedule and provide guidance to the contractor via a TO modification. Such notification in no way limits the Government's right to any and all rights and remedies up to and including termination. 2.D.1. All deliverables shall be inspected for content, completeness, accuracy and conformance to task order requirements by the POC. Inspection may include validation of information as specified in the purchase order. 2.D.2 All deliverables shall be checked to ensure the completeness, quality, and adequacy of all content. 2.D.3. The Government requires a period not to exceed thirty (30) days after receipt of deliverable items for inspection and acceptance or rejection. 2.D.4 Inspection and acceptance of all work performance, reports and other deliverables under this purchase order shall be performed by the POC. 2.D.5. Any further revisions required for government acceptance will be discussed between the POC and contractor. The POC s written approval of the draft and final documents shall constitute acceptance by the VA. 2.D.6. The contractor shall notify the Government in writing, if problems arise that could adversely impact the performance of the Purchase Order. 2.E. Contractor Qualifications and Experience. 2.E.1. Contractor must have experience performing pig studies. 2.E.2. Contractor must be licensed to provide veterinary services. 2.E.3. Contractor must have facilities suitable for pig housing and surgeries. 2.E.4. Contractor must have specialized monitoring equipment and imaging services to be used with the animals. 2.F. General Requirements. 2.F.1. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.F.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.F.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.F.4. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.F.5. Normal Working Hours. Normal working hours are 7am-4pm Monday through Friday. 2.F.5.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.F.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.F.5.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.F.5.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.F.6. Insurance Coverage. 2.F.6.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.F.6.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.F.6.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.F.6.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 01/15/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. FAR 52.233-2, Service of Protest 3.F. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.G. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Friday, February 21, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 4.B. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday February 26, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.B.1. Vendor Information 4.B.2. Acknowledgement of amendments 4.B.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.B.4. Schedule of services 4.B.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b354880b78fa4f37a30ec88ce0fd3486/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN05565223-F 20200221/200219230140 (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.