SOLICITATION NOTICE
F -- HISTOPATHOLOGY FOR MARINE MAMMAL STRANDING MORTALITIES - SOW & CLAUSES
- Notice Date
- 8/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541940
— Veterinary Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NFFP5000-16-03630DT
- Archive Date
- 8/23/2016
- Point of Contact
- Doris P Turner, Phone: 303-497-3872
- E-Mail Address
-
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RESPS & CERTS STATEMENT OF WORK AND CLAUSES (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFP5000-16-03630DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. (IV) This procurement is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541940. The small business size standard is $7.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): Non-personal services to provide labor, material, equipment and supervision (unless otherwise provided herein) necessary to provide the National Marine Fisheries Service (NMFS) histopathology and general diagnostic lab services for marine mammal stranding mortalities in accordance with the attached statement of work. (VI) Description of requirements: See attached statement of work and clauses (VII) The period of performance shall be: Base Year: March 24, 2017 through April 30, 2018 Option Year 1: May 1, 2018 through April 30, 2019 Option Year 2: May 1, 2019 through April 30, 2020 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2015), applies to this acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Enter specific Instructions below 1. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to doris.p.turner@noaa.gov. 2. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT". 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO DORIS.P.TURNER@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST, 08/17/2016. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (IX) FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. Past Performance and special certifications when combined, are approximately equal to price. Paragraph (a) is hereby completed as follows: Evaluation will be based on: 1) Past Performance - List work experience for services that are similar in nature to the statement of work in order to demonstrate the bidder's ability to provide services as specified. The contractor's past performance will be based on quality of the service. 2) Contractor shall provide proof of Board certified pathologist with marine mammal experience 3) Price The Government intends to award a firm fixed-price purchase order on an all or none basis with payment terms of Net 30. The Government reserves the right to award to a higher priced quote if the contractor has a better past performance. (X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (July 2016) SEE ATTACHED. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) applies to this acquisition. SEE ATTACHED (XIII) The following clauses are also applicable to this acquisition: SEE ATTACHED DEPARTMENT OF COMMERCE CLAUSES: SEE ATTACHED (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. MDT on August 22, 2016. All quotes must be faxed or emailed to the attention of Doris.P.Turner@noaa.gov. The fax number is 303- 497-3163. (XVI) Any questions regarding this solicitation should be directed to Doris.P.Turner@noaa.gov; 303-497-3872.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFP5000-16-03630DT/listing.html)
- Place of Performance
- Address: NORTHWEST REGION, NMFS R/NW, 7600 SAND POINT WAY NE, SEATTLE, Washington, 98115-6349, United States
- Zip Code: 98115-6349
- Zip Code: 98115-6349
- Record
- SN04219638-W 20160813/160811234957-2798d041b16e5e9be7f8b0cecedbc383 (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 |