Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2005 FBO #1376
SOLICITATION NOTICE

A -- The Contractor shall prepare Disease Vector Ecology Profiles (DVEPs) on the regions specified in Timetables & Deliverable/SOW for the Armed Forces Pest Management Board (AFPMB), Armed Forces Pest Management Board (AFPMB) Washington DC 20307-500 1.

Notice Date
8/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81R60-5192-0001
 
Response Due
9/8/2005
 
Archive Date
11/7/2005
 
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. The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to acquire services to prepare Disease Vector Ecology Profiles (DVEP) on the regions specified in the Timetables and deliverables for Armed Forces Pest Management Board (AFPMB), Washingt on, D.C. 20307-5001. The contract period of performance will be from date of award (anticipated commencement is September 2005) with 4 one year options. This is a Request For Proposal (RFP) and the solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9-45. The Contractor shall provide all labor and materials at contractors own facilities to complete specified DVEPs except as noted in 3. MATERIAL PROVIDED BY THE CONTRACTING OFFICERS REPRESENTATIVE (COR) in the SOW. The Contractor shall perform electronic literature searches of technical libraries (at a minimum but not limited to, the National Agricultural Library, Library of Congress , and National Library of Medicine), as well as peer-reviewed or professionally recognized sources for country-specific information on vector-borne disease and injurious animals (not including mammals). DVEPs shall be organized according to the outline and format. The Contractor shall compile, analyze, extrapolate, and format relevant data as a DVEP for the specified region. Documents shall be tailored to enable deployed military forces in the region to accurately evaluate the threat from vector-borne dis ease and injury from animals (not including mammals). The following Federal Acquisition Regulation (FAR) clauses are hereby incorporated by reference into this solicitation: FAR 52.212-1, instructions to Offerors-Commercial Items (OCT 1995), FAR 52-212-2 Evaluation-Commercial Items, FAR 52.212-4 Contract Term s and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. Addition clauses that apply: 52.217-9 Option to Extend the Term of Contract and, 52.245-1 Property Records, a nd 52.245-2 Government Property (Fixed-Price Contracts). See SOW, timetables & deliverables, and evaluation criteria for full requirement. Proposals are due on 8 September 2005 at 5:00pm EST to Ms. Julie Burns-Feaga at julie.burns@det.amedd.army.mil. All questions must be in writing to Ms. Julie Burns-Feaga at julie.burns@det.amedd.amry.mil, no later than Tuesday, 6 Sept, 12:00pm EST. The Government attends to award a firm fixed price contract. This is not a set-aside for small businesses. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. See evaluation criteria. +++++++++++ Statement of Work DVEP 1. SCOPE OF WORK: In accordance with the terms and conditions of this contract, the Contractor shall, as the primary purpose of this procurement action, prepare Disease Vector Ecology Profiles (DVEPs) on the regions specified in Attachment 2 (inclusive of all countries listed) for the Armed Forces Pest Management Board (AFPMB), Forest Glen Section, Walter Reed Army Medical Center (WRAMC), Washington DC 20307-5001. 2. PERIOD OF PERFORMANCE: Contact shall begin no later than September 2005 and last one (1) year with the option for four (4) one-year continuations. 3. MATERIAL PROVIDED BY THE CONTRACTING OFFICERS REPRESENTATIVE (COR): The government shall provide: a. Access to the Defense Pest Management Information Analysis Center (DPMIAC) library resources during normal working hours. AFPMB shall provide one (1) initial orientation to familiarize the Contractor with the library. b. When using the DPMIAC library for purposes of this contract, the AFPMB shall provide the Contractor with office space (one cubicle), and the use of AFPMBs on-site government office equipment, to include the copy machine and scanner. Contractor shall n ot require information or assistance from AFPMB staff other than as noted. c. Contractor may request copies of publications used for purposes of this contract on DOCLINE (the National Library of Medicines automated interlibrary loan document request and delivery system) through the AFPMB and costs will be paid by the AFPMB. 4. MATERIAL PROVIDED BY THE CONTRACTOR: The Contractor shall provide all labor and materials at contractors own facilities to complete the specified DVEPs except as noted above. The Contractor shall perform electronic literature searches of technical li braries (at a minimum but not limited to, the National Agricultural Library, Library of Congress, and National Library of Medicine), as well as peer-reviewed or professionally recognized sources for country-specific information on vector-borne disease and injurious animals (not including mammals). The Contractor shall initiate contact with professionals and/or organizations in each region (e.g., university faculties, medical personnel, World Health Organization staff, military entomologists) to gather info rmation not available in the literature, and these contacts shall be listed in the references. The Contractor shall not require assistance from AFPMB staff for any type of information gathering (other than DOCLINE requests), but shall use the AFPMBs free online Literature Retrieval System (LRS) available at http://lrs.afpmb.org/rlgn_app/ar_login/guest/guest. 5. DVEP STYLE AND FORMAT: DVEPs shall be organized according to the outline and format used in the example provided (Attachment 1). Actual DVEPs shall contain more detailed information than the example. DVEPs shall be written in English with American sp elling and in a writing style at the same level of readability as previous DVEPS (available online at http://www.afpmb.org/pubs/dveps/dveps.htm.) DVEPs shall not include background information, such as historical, cultural, religious, population and/or po litical data, or other information unrelated to topics discussed above. DVEPs shall be submitted electronically in Microsoft Word. Prior to submission to the AFPMB, all draft products shall be edited, spell-checked and have scientific names italicized. All final products shall be professionally edited. The Contractors name, insignia, and/or logo shall not appear on or in the document, nor shall any reference to the Contractor be included in the final deliverable. 6. DVEP CONTENT: The Contractor shall compile, analyze, extrapolate, and format relevant data as a DVEP for the specified region. Documents shall be tailored to enable deployed military forces in the region to accurately evaluate the threat from vector-b orne disease and injury from animals (not including mammals), and shall include: a. A table of contents b. A listing of all countries covered in the region, in alphabetical order. Below each country shall be a list of all the vector-borne diseases found in that particular country and all of the associated vector species for that disease found in that countr y. c. All vector-borne diseases found in each country/region, alphabetically, with the following information for each disease: i. Other common or regional names for the disease ii. The infectious agent iii. Most common vector(s) of the disease present in the region, by species iv. Other modes of transmission (including methods other than arthropod vectors) v. Disease reservoir(s) (e.g., birds) vi. Vector biology vii. Epidemiology of the disease, including incuba tion period, symptoms, mortality rates, geographic and seasonal distribution, incidence/seroprevalence rates viii. Particular threats to military personnel or missions (e.g., high virulence, rapid incubation period, debilitating nature) ix. Preventive and control methods, including insecticide resistance data x. Availability of vaccine or chemoprophylaxis d. A listing of venomous animals, including but not limited to snakes, scorpions, arachnids, and jellyfish and other marine animals, as well as animals posing a physical or morale threat, such as leeches and camel spiders found in the region. For each ani mal, include distribution, habitat description, basic biology, venom toxicity, bite incidence and mortality rate. The Contractor shall not include first aid information. e. Complete copies of English-language keys to all vectors, snakes, and scorpions found in the region f. A list of references ________________________ * Please price CMR requirement separately *Accounting for Contract Services Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: (You will need to create a login user-ID and password) https://contractormanpower.army.pentagon.mil The required information includes: 1. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative 2. Contract number, including task and delivery order number; 3. Beginning and ending dates covered by reporting period; 4. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 5. Estimated direct labor hours (including sub-contractors); 6. Estimated direct labor dollars paid this reporting period (including sub-contractors); 7. Total payments (including sub-contractors); 8. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); 9. Estimated data collection cost; 10. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); 11. Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); 12. Presence of deployment or contingency contract language; and 13. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each govern ment fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contr actor's system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (End of SOW) ++++++++++++++++++ Timetables & deliverables DVEP To be completed in Base Year* SOUTHEAST ASIA: Brunei, Cambodia, East Timor, Indonesia (including West Irian), Laos, Mala ysia, Myanmar, Philippines, Singapore, Thailand, Vietnam EAST AFRICA: Burundi, Djibouti, Eritrea, Ethiopia, Kenya, Rwanda, Seychelles, Somalia, Tanzania, Uganda Option Year 1*: WEST AFRICA: Benin, Cameroon, Cape Verde, C?te dIvoire, Gambia, Ghana, Guinea, Guinea-Bissau, Liberia, Nigeria, Senegal, Sierra Leone, Togo CENTRAL AFRICA: Angola, Central African Republic, Democratic Republic of Congo, Equatorial Guinea, Gabon, Republic of the Congo, S?o Tom? and Pr?ncipe SAHARAN AFRICA: Burkina Faso, Chad, Mali, Mauritania, Niger, Sudan, Western Sahara Option Year 2*: SOUTH AFRICA: Botswana, Comoros, Lesotho, Madagascar, Malawi, Mauritius, Mozambique, Namibia, South Africa, Swaziland, Zambia, Zimbabwe EASTERN EUROPE: Albania, Belarus, Bosnia and Herzegovina, Bulgaria, Croatia, Cyprus, Czech Republic, Estonia, Greece, Hungary, Latvia, Lithuania, Macedonia, Moldova, Poland, Romania, Russian Kaliningrad, Serbia and Montenegro, Slovakia, Slovenia, Ukraine AMAZONIA: Brazil, Colombia, Ecuador, French Guiana, Guyana, Peru, Suriname, Venezuela Option Year 3*: SOUTHERN CONE: Argentina, Bolivia, Chile, Paraguay, Uruguay FORMER SOVIET REPUBLICS: Armenia, Azerbaijan, Georgia, Kazakhstan, Kyrgystan, Tajikistan, Turkmenistan, Uzbekistan PACIFIC ISLANDS: American Samoa, Cook Islands, Fiji, French Polynesia, Kiribati, Marshall Islands, Micronesia, Nauru, Niue, Northern Mariana Islands, Palau, Samoa, Tokelau, Tonga, Tuvalu, Wallis and Futuna Option Year 4: AUSTRALASIA: Australia, Papua New Guinea, New Zealand, Solomon Islands, Vanuatu, New Caledonia RUSSIA: CENTRAL AMERICA: Belize, Costa Rica, El Salvador, Guatemala, Honduras, Mexico, Nicaragua, Panama *Milestones for each option year shall include the following deliverables: 1) A detailed table of contents, including a list of arthropods and diseases - with principal vectors and diseases identified - within 30 days after receipt of contract or beginni ng of option years 1-3; 2) An initial draft within 120 days; 3) a final draft, including maps, within 300 days. At each stage, DPMIAC staff will respond with corrections and comments within 2 weeks of receiving products. (End of Timetables & Deliverables) ++++++++++++ EVALUATION FACTORS FOR AWARD This contract will be awarded based on a best-value analysis of the Contractor(s)s proposal. Best value will be determined by evaluating four factors, listed in order of importance and detailed below. Price is a consideration, but professional quality w ill be rated higher. 1. Professional knowledge and technical writing skills: The offeror shall detail the ability to collect, analyze, develop and clearly convey medical threat assessment information with respect to living organisms that pose an acute medical threat, with pri mary emphasis on medically important arthropods and the diseases they transmit. The offeror shall adhere to all copyright laws and, where applicable, obtain legal permission to reproduce items. 2. Past Experience: The offerors proposal shall demonstrate past experience in collecting, analyzing, developing and clearly conveying detailed medical threat assessment information with respect to living organisms that pose an acute medical threat, with primary emphasis on medically important arthropods and the diseases they transmit, on a delivery schedule consistent with the Statement of Work. 3. Past Performance: The offeror is required to provide an example of medical threat assessment products or related products that they have designed and developed. If this information was provided to clients, a list of those clients shall be provided. P ast clients may be contacted by the evaluation group and their comments will be considered. 4. Personnel Qualifications: Professional personnel employed by the offeror and assigned to this contract shall provide r?sum?s or curricula vitae. (End of Evaluation Criteria)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00884004-W 20050902/050831212736 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.