Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2014 FBO #4562
MODIFICATION

A -- Animal Serological Parasitology Tests - Solicitation 1

Notice Date
5/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-14-Q-0013
 
Archive Date
6/30/2014
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
14Q0013 CLIN Structure 14Q0013 Required Provision 14Q0013 Provisions and Clauses (P&C) 14Q0013 Request for Quote (RFQ Amendment 1) * Refer to the attachments for complete detail The purpose of this Amendment #1 is to extend the quote submission deadline [see section highlighted in yellow]. An interested vendor had posed a set of questions, but the end-user has not yet been able to answer those questions; therefore, the contract specialist is extending the deadline by one week. Another amendment will be issued with the answers to those questions. Offerors must include a statement in their offer that they acknowledge this RFQ Amendment #1. General Overview: The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for various animal serological parasitology tests. The USU is the only Federal health sciences university and we are committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense (DoD) and the United States Public Health Service (PHS) and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-72, effective January 30, 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), effective April 28, 2014. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors not registered on SAM.gov with completed Reps & Certs will not be eligible for award. Offerors interested in responding to this requirement must provide a quote for various animal serological parasitological tests, which at a minimum, meets the specifications listed below. A single, five-year, firm-fixed price (FFP) blanket purchase agreement (BPA) will be issued. Historically, we have issued an FFP, option-year purchase order (PO) HU0001-09-M-D455 worth $140,000.00 over five years for various animal serological tests. However, please note that we cannot guarantee the minimum or maximum spending level for this BPA. Offerors should understand that a BPA is not a requirements contract. Therefore, the Government reserves the right to use other sources for these services if doing so is determined to be in our best interest. Minimum Specifications: USU will collect, package, and ship the necessary samples for testing as need arises. We possess the capability to collect the samples in either serum or dried blood spot format. We require a short turnaround time (3 to 5 days) from when the vendor receives our sample(s). This time frame includes processing, testing, and reporting. Interested vendors must state all the supplies that are included in the proposed pricing. This may include shipping boxes, delivery cost, serum vials, dried blood spot strips, etc. These inclusions will be noted and considered when we evaluate the price. Every now and then, we have a need for other animal serological tests that are not listed on the CLIN Structure spreadsheet. For this reason, we intend to include the winning bidder's entire animal serology catalog in this BPA. Interested vendors must provide an Excel spreadsheet of their complete animal serology catalog. This Excel spreadsheet must include the itemized, proposed prices. All BPA order calls will be paid for using a government purchase card (GPC), which is a Visa card. Offerors must be able to accept credit card payments and all associated processing/interaction fees must be included in your proposed price. Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs): * Refer to the attached CLIN Structure spreadsheet. In order to be considered for award, offerors must provide a quote for all CLINs listed. Evaluation / Award Detail: The Government intends to issue a single, five-year, firm-fixed priced (FFP) blanket purchase agreement (BPA) to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. Evaluation Factors (in order of importance): 1.Technical. Offerors must provide their technical approach to satisfying the requirement detailed in this solicitation. Those quotes that fail to demonstrate a clear understanding may not be considered for award. Interested vendors must include the serology profiles for each of the 19 tests for our review. 2.Corporate Experience. Offerors are required to provide a narrative of their corporate experience in providing animal serological tests. 3.Price. Offerors must include all applicable costs, e.g. shipping, supplies, etc., in their quote. The total quoted price for all components will be the evaluated price. 4.Past Performance. The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following information must be provided for each reference: a.Name of client and address; b.Name of current PoC, including title, phone number, and email address; c.Contract number, if available; d.Contract value (total cost); e.Contract period of performance (PoP); and f.A clear description of the service provided. Testing results will be shipped to Bethesda, MD if shipping is necessary. See attached list for applicable provisions and clauses for this requirement. The Government reserves the right to award without discussions. Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by May 14, 2014. Any question received after May 14, 2014 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around May 15, 2014. Quote packages are due by 10:00PM EST on May 30, 2014. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-Contact, including name, email address, and phone number; c.DUNS Number; and d.Statement that includes acknowledgement of latest amendment number-if any. BPA Information: Inspection and Acceptance The contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or a re-performance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- a.Within a reasonable time after the defect was discovered or should have been discovered; and b.Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Funding Funding will be provided at the time of issuance for each call. Department will submit a bulk fund deposit request to Financial Management prior to placing any call. Ordering Instructions All authorized calls made against this BPA will be paid for with Government Purchase Cards by authorized cardholders. The preferred method for ordering under this contract shall be either via phone or electronic correspondence (email). The individuals listed below have been identified as authorized callers against the BPA. The authorized callers listed below are the only persons authorized to make calls against this BPA. This may be amended to include new people or exclude current authorized callers. The addition or removal of authorized callers must be made by a modification to the BPA. The contractor shall not accept any orders against this BPA from any person not identified below, excluding a Contracting Officer at USU. Authorized Callers To Be Determined Extent of Obligation The Government is obligated only to the extent of authorized calls made under the BPA. At no time shall this BPA be considered a requirements contract. USU reserves the right to utilize any source for their mouse requirements. Payment Instructions Payment will be made once a call is issued by the authorized callers. The selected contractor will request Government Purchase Card (GPC) information when the call is placed, but will not charge the GPC until the order has shipped. Reporting Contractor will be required to submit a monthly activity report to the contract specialist. The activity report is due by the fifth business day of the month and must list the activity from the previous month. The report must be submitted via email to the email address identified. The report, at a minimum, must contain the following information: a.Date of each call; b.Quantity and the types of tests ordered; c.Name of caller; d.Amount of each call; and e.Delivery date. Attachments (3)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e119fec273b5b9cc6b3bdca951e37e0)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03372023-W 20140522/140520235744-8e119fec273b5b9cc6b3bdca951e37e0 (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.