SPECIAL NOTICE
A -- Synopsis for Upcoming RFP for NAMRU INDO PACIFIC Medical R&D
- Notice Date
- 1/5/2024 11:01:16 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Response Due
- 1/19/2024 9:00:00 AM
- Archive Date
- 02/03/2024
- Point of Contact
- Shaina M. Sollenberger
- E-Mail Address
-
shaina.m.sollenberger.civ@us.navy.mil
(shaina.m.sollenberger.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, intends to negotiate a single award, cost plus fixed fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract with the ability to issue firm fixed price or cost plus fixed fee task orders under FAR Part 15 �Contracting by Negotiation� as a total small business set aside. This acquisition is for the procurement of contractor services to support the ongoing development, performance, and management of research across the Indo-Pacific region and in collaboration with host-country partners for the Naval Medical Research (NAMRU) INDO PACIFIC, based in Singapore. These services include assisting with the following functions: management, oversight, establishing procedures for planning, allocating, and controlling resources for awarded task orders; scheduling, budgeting, and accumulating expenditures (hours and dollars); identifying expenditure and schedule problems; tracking order performance; and providing timely detailed performance status to the Government. Assisting with management includes administrative functions performed to oversee an infectious disease research program (e.g., biosurveillance, vector control, product evaluation, and vaccine/therapeutic efficacy programs) from initiation to completion, including but not limited to; report generation to the Government principal investigator(s) and funding sponsors; assisting with the initiation of new field sites; assisting with establishing agreements in-country; tracking technical progress and expenditures; travel management, and assisting with the general oversight of research program resources in-country. This effort is not considered a new requirement and the current contract, N6264518D5058 is currently being performed by Vysnova Partners Inc. The North American Industry Classification System (NAICS) code for this acquisition is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) with a size Standard of 1,000 employees. After analyzing submittals received in response to two Sources Sought notices, the prospective Request for Proposal (RFP) will be processed as a total small business set aside. The resulting contract will be for a five (5)-year ordering period with a 6 month option per. A complete RFP package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mil or Sam.Gov Website at https://sam.gov/ on or around 18 January 2024. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7bade22e13024bb99b0cb67486d4d012/view)
- Place of Performance
- Address: SGP
- Country: SGP
- Country: SGP
- Record
- SN06928007-F 20240107/240105230042 (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 |