SOLICITATION NOTICE
10 -- "To obtain flow cytometry analytical services under four (4) studies: Ebola Natural History study; Marburg Serial Sampling Study; LASV Natural History and LASSA Serial Sampling".
- Notice Date
- 9/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH12T0456A
- Response Due
- 9/20/2012
- Archive Date
- 11/19/2012
- Point of Contact
- Myrsonia Lutz, 301-619-8896
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(myrsonia.lutz@us.army.mil)
- 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. Cross Reference: The Pre-solicitation number is W81XWH-12-T-0456. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This Request for Quotation (RFQ) is being conducted as a competitive procurement. This is an unrestricted solicitation. The NAICS Code for this requirement is 541711. The size standard is 500 employees. Description of requirements for the items to be acquired: The overall objective of this proposal is to validate animal models of filovirus and arenavirus infection. This requirement concerns the analysis of flow cytometry data collected during a series of different experiments designed to validate non-human primates as accurate models for human filoviral and arenaviral diseases. This data will need to be analyzed and delivered to the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in accordance with the requirements stated in the attached Performance Work Statement (PWS). It is incumbent upon prospective offerors to monitor www.fbo.gov for any potential amendments to this RFQ. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Nov 2006), including the following fill-ins: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Sep 2006) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The aforementioned provisions and clauses may be viewed online at www.acquisition.gov/far. Prospective Offerors are strongly encouraged to read all applicable provisions and clauses as noted above. HOW TO SUBMIT A QUOTATION: Offerors shall submit their quotation to myrsonia.lutz@us.army.gov so that they are received at those E-mail addresses at or before the exact time specified in this solicitation. Quotations may be submitted on the Standard Form (SF) 1449, letterhead stationery, or as otherwise specified in the solicitation. Quotations should include the following items: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty (if applicable); (6) Firm-fixed-price (F.O.B. Destination) for Contract Line Item Numbers 0001 and 0002, and any discount terms, if applicable; (7) Number of days for delivery of Item Numbers 0001 and 0002 after Contractor acceptance of the purchase order. (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically or fill out the form incorporated in the SF 1449; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information for the Offeror, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; and PERIOD FOR ACCEPTANCE OF OFFERS: The offeror agrees to hold the prices in its quotation firm for 30 calendar days from the date specified for receipt of quotations, unless another time period is specified in an addendum to the solicitation. EVALUATION FACTORS FOR AWARD: The Government intends to award a firm-fixed-price purchase order to the responsible Offeror whose quotation represents the best value to USAMRAA, price and other factors considered. The following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers: Lowest price technically acceptable. The award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-cost factors. 1)Technical factor is more important than price. 2)The Government reserves the right to award to other than The lower-priced offer for better technical capability and/or better performance records. 3)The total evaluated price must be reasonable, and any additional expense must be justified by a corresponding value for technical merit, or an expectation of greater quality of performance. 4)Evaluation Criteria. The following is the evaluation criteria for each factor. Factor 1 - TECHNICAL APPROACH a. The technical approach will be evaluated on the degree of the Contractor's understanding of the requirements, including the soundness of the Contractor's proposed methodology to effectively meet and comply with the tasks outlined in the Performance Work Statement (PWS)-Attachment (1). FACTOR 2 - PRICE Price will be evaluated for reasonableness in consistency with the technical approach. TERMS AND CONDITIONS FOR RESULTANT PURCHASE ORDER: Clause 52.212-4 and clause 52.212-5 (with appropriate fill-ins as noted above) will be the only terms and conditions for the resultant purchase order. These clauses are required by the Federal Acquisition Regulation (FAR) to be included in each commercial item purchase order. PAYMENT TERMS FOR RESULTANT PURCHASE ORDER: No advance payments will be authorized. The Contractor may only submit an invoice after the Contractor delivers them to the Government and the Government thereafter accepts them. INQUIRIES REGARDING THIS RFQ: Potential Offerors shall submit any questions regarding this RFQ in writing to myrsonia.lutz@us.army.mil no later than Thursday, 20 September 2012; 12:00 PM Eastern Standard Time. Oral inquiries will not be entertained. Please no telephone calls.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12T0456A/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02877356-W 20120913/120912001142-ae7c704e4e83e0f8286e3e86e8fa40a6 (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 |