Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
MODIFICATION

A -- SPERM COUNT AND MORPHOLOGY MEASUREMENT SERVICES

Notice Date
5/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0447
 
Response Due
6/13/2014
 
Archive Date
7/29/2014
 
Point of Contact
Amy Bozzard, 443-861-4746
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(amy.m.bozzard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: The purpose of this amendment is to remove the small business set-aside classification. This requirement is now being solicited for full and open competition. Please see the new response date listed below for the proposal deadline. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-14-T-0447. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-73, effective 29 MAY 2014. This requirement is for rodent sperm counts and rodent morphology measurements on frozen samples. This requirement is being solicited for full and open competition. The associated North America Industry Classification System (NAICS) Code is 541712 Research and Development in the Physical, Engineering and Life Sciences and the Business Size Standard is 500 Employees. The Government contemplates award of a Firm-Fixed Price contract, Lowest Price Technically Acceptable. Description of Requirement: Measure sperm counts and take sperm morphology measurements in frozen epididymide samples. Compile a male reproductive assessment report (MRAR). See attached Performance Work Statement (PWS) for further details on this requirement. CLIN 0001 Sperm Count and Morphology Measurement Services Contractor shall collect and record sperm counts, assess sperm morphology, and assemble a Male Reproductive Assessment Report (MRAR). CLIN 0002 Accounting for Contract Services Cost for Providing Accounting for Contract Services -ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. Instructions to Offerors: Offerors shall submit price proposals in accordance with the CLIN structure above. Please see the attached Instructions of Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting of exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2 The following provisions and clauses will be incorporated by reference: 52. 212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.222-3, Convict Labor (June 2003). 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchase 52.232-18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). The following additional DFAR clauses cited in the clause are applicable: 252.212-7000, Offeror Representations and Certifications Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.211-7003 Item Identification and Valuation 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 09 June 2014 at 10:00 AM EST. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 10:00 AM EST 13 June 2014 via email to SSG Anthony K. Pylant at anthony.k.pylant.mil@mail.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning this solicitation contact SSG Anthony K. Pylant, via email at anthony.k.pylant.mil@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f7b4e7a2a92b5a9ab1619d19cf1cbf9)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 6001 Combat Drive, Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03380917-W 20140601/140531021643-4f7b4e7a2a92b5a9ab1619d19cf1cbf9 (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.