SOLICITATION NOTICE
Q -- Animal Health Monitoring
- Notice Date
- 8/15/2022 12:48:01 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH22R0094
- Response Due
- 9/14/2022 7:00:00 AM
- Archive Date
- 09/29/2022
- Point of Contact
- Dawn M Albertini, Phone: N/A, Fax: N/A
- E-Mail Address
-
Dawn.M.Albertini2.civ@health.mil
(Dawn.M.Albertini2.civ@health.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; Quotes are being requested and no other solicitation will be issued. The solicitation number is W81XWH22R0094. The solicitation is issued as a Request for Quote (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 2021-02 are incorporated. It is the offeror�s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: https://www.acquisition.gov/far/. The NAICS Code is 541380, with a small business size standard of $16.5 million. The requirement is full and open with no set-aside restrictions. The contract shall be a single award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with an ordering period of five (5) years. All services to be ordered under this contract shall be set forth in individual task orders. The base contract will not be funded. Funds will be obligated on task orders written against this contract. CONTRACT CEILING (a) All services to be ordered under this contract shall be set forth in each individual delivery/task orders. All delivery/task orders will be issued in accordance with the provisions Ordering 52.216-19, Order Limitation, and 52.216-22, Indefinite Quantity. (b) IDIQ Minimum Guarantee: The minimum guarantee is $414,000.00 over the life of the contract. The anticipated maximum ceiling amount for this requirement is $1.1M for the entire ordering period. (c) The anticipated maximum quantity for the award under this solicitation is 1259 units per year or 6295 for the 5 year Period of Performance. The maximum quantity shall not be construed as an obligation of the Government or guaranteed tasking value. SOW TASK� � � � � � � � � � � � � � � � � � � � � � � � � � � � Description� � � � � � � � � � � � � � � � � � � � � � � � � � �Esitmated Max 5�years 2.1.4, 2.2.4, 2.3.4� � � � � � � � � � � � � � � � � � � � � � � �Fur mite PCR assay� � � � � � � � � � � � � � � � � � � � � � � � � �250 2.2� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Gerbil Comprehensive PCR Panel� � � � � � � � � � � � � � � �30 2.1.1� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Mouse Assessment Serology Panel� � � � � � � � � � � � � �340 2.1� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Mouse Comprehensive PCR Panel� � � � � � � � � � � � � �650 2.1� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Mouse Prevalent PRIA PCR Panel� � � � � � � � � � � � � � 600 2.1.4, 2.2.4, 2.3.4� � � � � � � � � � � � � � � � � � � � � � � �P. Carinii PCR assay� � � � � � � � � � � � � � � � � � � � � � � � � 250 2.1.4, 2.2.4, 2.3.4� � � � � � � � � � � � � � � � � � � � � � � �Pinworm PCR assay� � � � � � � � � � � � � � � � � � � � � � � � � 250 2.2.1� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Rat Assessment Serology Panel� � � � � � � � � � � � � � � � �340 2.2� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Rat Comprehensive PCR Panel� � � � � � � � � � � � � � � � � 450 2.2� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Rat Prevalent PRIA PCR Panel� � � � � � � � � � � � � � � � � �800 10.5� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �clinical chemistry (other species - optional)� � � � � � � � � � 5 10.5� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � clinical hematology (other species - optional)� � � � � � � � � 5 9� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Cell Lines and Research Biologics Testing for � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Rodent Infectious Agents� � � � � � � � � � � � � � � � � � � � � � � � �5� � � � � � � � � � � 10� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Macaque CBC� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 400 10� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Macaque Clinical Chemistry� � � � � � � � � � � � � � � � � � � � �400 3� � � � � � � � � � � � � � � � � � � � � � � � � � � �Macaque fecal PCR panel (Sal, Shig, Campy, Yers)/parasitology 400 3� � � � � � � � � � � � � � � � � � � � � � � � � � � Macaque tracking panel (serology)� � � � � � � � � � � � � � � � � � � � � � � � 400 3� � � � � � � � � � � � � � � � � � � � � � � � � � � Simian Culture for Sal/Shig/Yersinia� � � � � � � � � � � � � � � � � � � � � � � �400 4� � � � � � � � � � � � � � � � � � � � � � � � � � � Ferret Health Surveillance� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 200 4� � � � � � � � � � � � � � � � � � � � � � � � � � � Zebrafish Health Surveillance PCR Panel� � � � � � � � � � � � � � � � � � � � 40 10.3� � � � � � � � � � � � � � � � � � � � � � � � �coagulation parameter testing (optional)� � � � � � � � � � � � � � � � � � � � � � 5 10.4� � � � � � � � � � � � � � � � � � � � � � � � � urine analysis (optional)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �5 5� � � � � � � � � � � � � � � � � � � � � � � � � � � �rabbit health surveillance� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �5 3� � � � � � � � � � � � � � � � � � � � � � � � � � � �parasitology testing (any species)� � � � � � � � � � � � � � � � � � � � � � � � � � 40 ESTIMATED MAXIMUM BASE AND OPTIONS� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �6295 ESTIMATED MAXIMUM ONE YEAR� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1259 ORDERING PERIOD Base Period � 03 December 2022 � 02 December 2023 Option Period 1 � 03 December 2023� 02 December 2024 Option Period 2 � 03 December 2024 � 02 December 2025 Option Period 3 � 03 December 2025 � 02 December 2026 Option Period 4 � 03 December 2026 � 02 December 2027 AVAILABLE AND ALLOTTED FUNDS The Base Contract is not funded. Funds will be obligated on Task Orders written against this contract. Some orders under this contract may be incrementally funded pursuant to the Limitation of Government's Obligation clause 252.232-7007. If the order is incrementally funded, the FAR clause will be included on each order, as applicable. SPECIAL CONTRACT REQUIREMENTS 1. TASK ORDER PERIOD OF PERFORMANCE All task orders issued under this IDIQ during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the individual task order. The contract shall govern the Contractor�s and Government�s rights and obligations with respect to that task order to the same extent as if the order were completed during the contract�s effective period. 2. TASK ORDER PROCEDURES: 2.1 All task orders issued under this contract shall abide by terms and conditions outlined within the base contract. Each task order shall contain the final negotiated terms and conditions regarding price, performance, delivery, and other relevant factors. 2.2. The Government will award Firm Fixed Price Task Orders under this contract. All costs associated with preparation, presentation, and/or discussion/negotiation of the Contractor�s order proposal shall not be directly charged to this contract or any order placed under this contract. The Contractor is responsible for determining the most appropriate method for recovering such costs based on its standard accounting practices. 2.3 Competition: Not applicable this is a single award IDIQ contract. The Task Order Proposal� Request (TOPR): The TOPR will identify the specific task or group of tasks denoted in PWS of the Contract to be performed by the Contractor. 2.4. Contractor Proposals. Offeror submitting task order proposals shall submit the proposal in two parts � a technical proposal and a cost/price proposal. Both proposals must be submitted in Microsoft Office Word and Excel and/or Adobe Acrobat (.pdf) formats to the contract specialist assigned to the requirement as identified in the solicitation issued for individual requirement. 2.5 Technical Proposal. Specific requirements for submission of technical proposals will be described in the solicitation issued for individual requirements. 2.6 Cost/Price Proposal. Specific requirements for submission of cost/price proposals will be described in the solicitation issued for individual requirements. 2.7 Contract Points of Contact: 2.7.1 Contracting Officer: USA Medical Research Acquisition Activity ATTN: Ms. Jennifer McMurry 820 Chandler Street Fort Detrick, MD 21702-5014 Phone: 301-619-2063 Email: jennifer.m.mcmurry.civ@health.mil 2.7.2. Contract Specialist: USA Medical Research Acquisition Activity ATTN: Ms. Dawn Albertini 820 Chandler Street Fort Detrick, MD 21702-5014 Phone: 301-619-2269 Email: Dawn.m.albertini2.civ@health.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c9c3d9470f084110aaab10e398ef29e9/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN06426831-F 20220817/220815230125 (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 |