SOLICITATION NOTICE
88 -- Strain TgPVR21 Mice
- Notice Date
- 4/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112990
— All Other Animal Production
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA_14-233-1131776
- Archive Date
- 4/23/2014
- Point of Contact
- Howard Nesmith, Phone: 870-543-7459
- E-Mail Address
-
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement herein using Simplified Acquisition Procedures. The solicitation number is FDA_14-233-1131776. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72, January 30, 2014. The associated North American Industry Classification System (NAICS) Code is- 112990 - All Other Animal Production- Small Business Size Standard is tiny_mce_marker.75 in millions of dollars. The requirement will be competed unrestricted and made available to "Full and Open" competition, meaning any qualified vendor regardless of size status may submit a quote. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method of their complete quote and any additional documents before 1:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on April 8 2014 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Building 50, Room 424, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not the delivery address. The delivery address is indicated in the FOB Destination section below. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov. Background The Center for Biologics Evaluation and Research (CBER), research and regulatory scientists are using TgPVR21 mice, which are susceptible to poliovirus and used around the world for control of poliovirus neurovirulence, for control of safety of live poliovirus vaccines, and for evaluation of immunogenicity and protectivity of inactivated poliovirus vaccine. In order to be valid and reliable, these studies require a known supply of mice on reliable schedules, rigorous quality control to avoid genetic "drift" in mouse strains. Requirement The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS), is soliciting quotes on behalf of the Center for Biologics Evaluation and Research (CBER), Division of Veterinary Services (DVM), for transgenic mice susceptible to poliovirus (TgPVR21 strain) which allows for the testing and evaluation of neurovirulence of polioviruses, control of safety and immunogenicity of poliovirus vaccines. Item #1 Female TgPVR21 Mice at 5 Weeks of Age Quantity: 300 -(150 Male & 150 Female) Tentative Delivery within the month of April or May 2014 Unit Price Per Mouse: _____________________ Extended Price: _________________ Crate Shipping, & Handling Costs:_________________ GSA Contract Number: __________________ (if applicable) Item #2 Male TgPVR21 Mice at 5 Weeks of Age Quantity: 100 -(50 Male & 50 Female) Tentative Delivery within the month of July or August 2014 Unit Price Per Mouse: _____________________ Extended Price: _________________ Crate Shipping, & Handling Costs:_________________ GSA Contract Number: __________________ (if applicable) FOB Destination - U.S. Food and Drug Administration, Division of Veterinary Services, 9000 Rockville Pike, Bethesda, MD 20892. Contract Type - Commercial Item - Firm fixed price. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract clauses- The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer / representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov/far/ FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR Clause 52.204-7 Central Contractor Registration FAR Clause 52.232-40, Providing Accelerated Payment to Small Business Subcontractors The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 352.223-70 Safety and Health JAN 2006 The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. The Contracting Officer for this order is: To be completed at time of award: Phone: (870) 543-XXXX Email: xxxx The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The COR for this order is: to be completed at time of award. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.255-3 Alt II, 52.225-13, and 52.232-33. Solicitation provisions The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. Addendum Paragraph (c) Period for acceptance of offers. The offeror shall state on its quote that the quoted prices in its offer firm until September 30, 2014. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The government will award a purchase order to the lowest price technically acceptable quote. The Government will award a contract resulting from this solicitation to the lowest priced technically acceptable responsible offeror inclusive of all option years. Offers will be evaluated on their ability to meet the minimum technical requirements provided in the attached statement of work. The lowest priced offer will be evaluated first. If the lowest priced offeror is not technically acceptable, the next lowest priced offer will be evaluated and so on until a technically acceptable offer is determined. Technical acceptability will be determined by review of information submitted by the Offeror which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement and demonstrate successful performance of the product/service requested as stated herein. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the mice meet the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically via https://www.sam.gov/portal/public/SAM/#1. If an offeror has not completed the annual representations and certifications electronically at the website, the offeror shall complete only paragraphs (c) through (o) of this provision. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_14-233-1131776/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, Division of Veterinary Services, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03325433-W 20140403/140401234542-4de65b6d67699a046390b02ea7b72da7 (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 |