MODIFICATION
R -- Research Activities Support Services - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1
- Notice Date
- 6/21/2016
- Notice Type
- Modification/Amendment
- 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
- 9/30/2016
- 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
- Attachment 2 - Non-Disclosure Statement Attachment 9 - Wage Determinations Attachment 11 - Acronyms Attachment 6 - Possible Performance Locations Attachment 1 - Organizational Conflict of Interest Attachment 5 - Government Estimated Labor Utilization Attachment 3 - Monthly Report Format Attachment 12 - Government Furnished Property Attachment 13 - DD 254 Attachment 10 - Task Order Request for Proposal Exhibit 1 - Pricing Sheet Attachment 8 - Labor Rate Table Attachment 7 - QASP Attachment 13 - DD254 PDF Attachment 4 - Labor Categories & Descriptions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation is issued as a Request for Proposal (RFP). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88; 15 June 2016. This opportunity represents a set-aside for the Small Business Administration (SBA) 8(a) Business Development (BD) Program. The North American Industry Classification System (NAICS) Code for this requirement is 541712 with a size standard of 1000. The Research Activities Support Services (RASS) multiple award contract requirement is to provide non-personal commercial services related to continuous research and administrative support services into the areas of professional biomedical research activity service support; laboratory service support; program and administrative support related to research activities, medical studies and analysis and research/study program information management activities to support the USAISR, USAMRICD, APHC (Prov) and EACE core competencies as listed in the Performance Work Statement (PWS). For a full description of the requirement, please refer to the PWS in Section C of the solicitation. 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. The Period of Performance is estimated to be April 2017-April 2027. Estimated ceiling of the entire program requirement 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. Multiple locations include the following addresses. • 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 Additional locations are identified in Attachment 6 located in the solicitation. FAR 52.212-1 applies to this solicitation and includes an Addendum to FAR 52.212-1 located in Section L of the solicitation starting at letter (n) which describes the Type of Contract, Instructions for the Preparation and Submission of Proposals, Page Limitations and Electronic File Size Limitation, Content of Proposal and Additional Proposal Submission Information for this requirement. FAR 52.212-2 applies to this solicitation and includes an Addendum to FAR 52.212-2 located in Section M of the solicitation starting at A.1 which describes the Basis for Award, Evaluation Factors and Evaluation Rating Standards for this requirement. FAR 52.212-3 (Alt I), applies to this solicitation and is located in Section K of the solicitation. FAR 52.212-4 and FAR 52.212-5 apply to this acquisition Questions concerning the solicitation are due no later than 03:00 PM EST on 14 July 2016. Questions shall be submitted to the Contract Specialist, Mr. Brandon Roebuck at brandon.m.roebuck.civ@mail.mil by the due date and time. No telephone calls will be accepted. No questions shall be addressed after the due date. An Amendment to the solicitation will be submitted providing the answers to all questions concerning the solicitation received prior to the question due date. The Point-of-Contact (POC) for the delivery of the proposals is Mr. Brandon Roebuck at brandon.m.roebuck.civ@mail.mil. Proposals shall be clearly marked in the e-mail with the solicitation number, the Contract Specialist name and the Offeror's company name and address. The maximum file size for attachments in the Government email via Microsoft Outlook is 19 MB. The Offeror may send more than one email if necessary to complete the transmission of its proposal. The Offeror is responsible for ensuring receipt of the proposals by the POC. The Government will not be responsible for any lost or misdirected proposals due to failure to follow these instructions. Proposals are due by 3:00 PM EST on 3 August 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-16-R-0024/listing.html)
- Record
- SN04156231-W 20160623/160621234050-cd70c48e3c218a700369e7a971ef8cd4 (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 |