Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
DOCUMENT

A -- Research Traumatic Brain Injury Iowa City VA Health Care System - Attachment

Notice Date
9/14/2011
 
Notice Type
Attachment
 
NAICS
#541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
 
ZIP Code
52246
 
Solicitation Number
VA26311RQ0704
 
Response Due
9/15/2011
 
Archive Date
9/18/2011
 
Point of Contact
Steven A. Fasko
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Iowa City VA Health care System, Iowa City, IA intends to negotiate a sole source procurement under the authority of FAR 6.302.1, FAR 6.302.5 with Iowa State University College of Veterinary Medicine, Department of Veterinary Clinical Science, 1471 Vet. Med. Bldg, Ames, IA. Interested parties may identify their experience in providing these services to the Contracting Officer via e-mail at steven.fasko@va.gov or fax 319-887-4957. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. 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 solicitation number is VA-263-11-RQ-0704 and issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52, effective May 31, 2011. The associated NAICS code is 541380 and small business size standard is $12 M. The acquisition is not set-aside and is being negotiated as a sole source procurement. STATEMENT OF WORK (SOW): The requirement for this acquisition includes the following: Scope: The contractor shall provide all resources necessary to accomplish the deliverables described in this SOW, except as may otherwise be specified. The purpose of this contract is to fulfill the research testing outlined by VACO-funded grants # B7441-W entitled "Characterization of a novel model of Traumatic Brain Injury", Principal Investigator: Matt Harper, PhD; B7397-R entitled "Prevention of Hemorrhage and Death After Traumatic Blast Injury (TBI)", Principal Investigator: Tanja Lazic, DVM, PhD & Randy Kardon; C7096-R "Cholinergic Drugs For Reversal Of Visual Deficits In Glaucoma", Principal Investigator: Randy Kardon, MD, PhD. The research projects include maintenance and care of research animals and support for performing research functions as described in the research plans. Background: The equipment, physical space, and expertise required to fulfill the parameters of the grant proposals do not currently exist within the Iowa City VA Health Care System. It is therefore necessary to contract with a suitable organization in order to provide this service. Performance Period: The contractor shall complete the work required under this SOW in 365 calendar days or less from date of award. Type of Contract: Firm-Fixed-Price GENERAL REQUIREMENTS: 1. The contractor shall identify in writing all necessary subtasks (if any), associated costs by task, along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 14 calendar days from the date of receipt. The contractor shall have 14 calendar days to deliver the final deliverable from date of receipt of the Government's comments. 5. Provide necessary and appropriate research as detailed by VACO-approved research plans. The research and procedures should be performed exactly as outlined by the research plan of the funded VA grant: "Characterization of a novel model of Traumatic Brain Injury." 6. Provide necessary and appropriate research as detailed by VACO-approved research plans. The research and procedures should be performed exactly as outlined by the research plan of the funded VA grant: "Prevention of Hemorrhage and Death After Traumatic Blast Injury (TBI)." 7. Provide necessary and appropriate research as detailed by VACO-approved research plans. The research and procedures should be performed exactly as outlined by the research plan of the funded VA grant: "Cholinergic Drugs For Reversal Of Visual Deficits In Glaucoma" CHANGES TO STATEMENT OF WORK: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. REPORTING REQUIREMENTS: 1. The contractor shall provide the PM/TM with monthly written progress reports (original plus 1 copy). These are due to the PM/TM by the seventh workday following the end of each calendar month, throughout the project's duration. The PM/TM is required to provide monthly progress reports to the Contracting Officer's Technical Representative (COTR) by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. GOVERNMENT RESPONSIBILITIES [If applicable]: Dr. Randy Kardon (VA staff physician and principal investigator), Dr. Tanja Lazic (VA research scientist and principal investigator), and Dr. Matt Harper (VA research scientist and principal investigator) will provide guidance and a procedural plan for the research to be performed within the laboratories and housing units. CONTRACTOR EXPERIENCE REQUIREMENTS (Standard mandatory language for all task orders): The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated. If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COTR. The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. The contractor shall submit a resume of qualifications for the COTR and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, non-key personnel Contractor personnel are no longer available, HES/HIS reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the TLO. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills: The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COTR for key personnel and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the VHA will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. "The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. "If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COTR and Project Manager. "The contractor shall submit a resume of qualifications to the COTR for all direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. CONFIDENTIALITY AND NONDISCLOSURE: It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS: All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1.Position Sensitivity - The position sensitivity has been designated as Low risk. Contractor personnel will not be required to access VA computer systems. 2.Background Investigation - The level of background investigation commensurate with the required level of access is ____________ (Insert Background Investigation, Minimum Background Investigation or National Agency Check with Written Inquiries). 3.Contractor Responsibilities a.The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. b.The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. c.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. d.Failure to comply with contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities a.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. b.Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. c.The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. d.Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. The date of delivery is ordered by purchase order with delivery being FOB Destination to the Department of Veteran's Affairs, Iowa City VAMC, 601 Highway 6 W, Iowa City, IA 52246. (Contact Kari Steinkamp at (319) 338-0581 ext: 7678 for questions. PRICE SCHEDULE: PERIOD OF PERFORMANCE: SEPTEMBER 1, 2011 - JUNE 30, 2012 LINE ITEMDESCRIPTIONQTYUNITTOTAL COST CLIN 0001Provide Necessary Labor & Materials to Collect Longitudinal Exercise Data from Veterans with Spinal Cord Injury (SCI).1Service The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 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), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 2:00 pm CST on August 25, 2011. Proposal may be mailed, faxed or emailed to Steven A. Fasko at the Department of Veterans Affairs, Iowa City VAMC, Contract Management (90C), 601 Highway 6 W, Iowa City IA 52246, fax: (319) 887-4957, or e-mail: steven.fasko@va.gov. For additional information regarding this notice please contact Steven A. Fasko at the provided email address or by calling (319) 339-7159.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26311RQ0704/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0704 VA-263-11-RQ-0704.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=256142&FileName=VA-263-11-RQ-0704-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=256142&FileName=VA-263-11-RQ-0704-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VAMC Iowa City;601 Hwy 6 West;Iowa City, IA
Zip Code: 52246
 
Record
SN02575833-W 20110916/110914235706-68fe281f569fac784f18b86c9d43051a (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 |
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.