Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

R -- Research Activities Support Services

Notice Date
4/15/2016
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-16-R-0024
 
Archive Date
8/1/2016
 
Point of Contact
Brandon M. Roebuck,
 
E-Mail Address
brandon.m.roebuck.civ@mail.mil
(brandon.m.roebuck.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is NOT a request for either a quote or proposal. This acquisition is a full and open competition after exclusion of sources, 100% set-aside for the Small Business Administration 8(a) concerns, Business Development Program. The North American Industry Classification System (NAICS) Code for this requirement is 541712 with a size standard of 1000. The intent of this notice is to notify all eligible 8(a) concerns who have a desire to compete for providing non-personal commercial services related to professional biomedical research activity service support; laboratory service support; program and administrative management support related to research activities, medical studies and analysis; and research/study program information management services to various requiring activities organized under the United States Army (U.S Army) Medical Research and Materiel Command and U.S. Army Medical Command. The scope of work primarily consists of critical and closely associated Governmental functions in accordance with FAR subpart 7.5. The intent is to support core competencies of the U.S. Army Institute of Surgical Research (USAISR); the U.S. Army Medical Research Institute of Chemical Defense (USAMRICD); Army Public Health Center (Provisional) (APHC(Prov)); and the DoD/VA Extremity Trauma and Amputation Center of Excellence (EACE). The applicable Service Contract Labor Standards (formerly known as the Service Contract Act) Wage Determination may be applicable. A complete copy of the wage determination can be found at http://www.wdol.gov/. The Government anticipates awarding a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) or Multiple Award Task Order Contract (MATOC) with one five-year base period and one five-year option period. Estimated ceiling of this MATOC is not to exceed $249M. Task Orders issued under this MATOC will be firm-fixed-price (FFP) with a cost reimbursement contract line item for Other Direct Costs-Travel related requirements. The total term of the contract, if option were exercised, will be for 10 years. The Contractor may be required to continue performance for an additional period not to exceed six (6) months under FAR Clause 52.217-8, Option to Extend Services. In either case, the Government will not synopsize the option when exercised. The Government intends to use FAR subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Part 15, Contracting by Negotiation, source selection procedures to select sources. The Solicitation utilizes source selection procedures which require Offerors to submit technical proposal(s) and a price proposal for evaluation by the Government. This is a new requirement. However, a resultant contract will replace some of the similar services from the expiring Single Award Task Order Contract W81XWH-11-D-0027 with Cherokee Nation Technology Solutions, LLC; other non-competitive acquisition awards to non-profit organizations and large business; and direct 8(a) awards. The Solicitation no. W81XWH-16-R-0024 will be available on or about June 2016 or earlier. Those interested in obtaining a copy of the Solicitation can access it at the Federal Business Opportunities website, www.fbo.gov. The estimated closing date for receipt of proposals is 31 days after the Solicitation issuance date. The Government does not accept Solicitation requests by phone. No Solicitation will be provided by hard-copy, fax, or e-mail. All Offerors are responsible for checking issued amendments to the Solicitation from the Internet. To be eligible for an award or payment from any Department of Defense activity, Offerors must be registered with the System for Award Management at https://www.sam.gov. No questions will be addressed at this time. Place of Contract Performance: Multiple locations • USAISR, 3698 Chambers Pass, Fort Sam Houston, TX 78234 • USAMIRCD, E3100 Ricketts Point Road Aberdeen Proving Ground (APG), MD 21010-5400. • US APHC (Prov) buildings located at Edgewood Area of Aberdeen Proving Ground, MD 21010-5403. • DoD/VA EACE, Fort Sam Houston, TX 78234-6010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-16-R-0024/listing.html)
 
Record
SN04085875-W 20160417/160415234538-13ff34e35e6cf56d0d5271fb7d2e8e8c (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.