SOLICITATION NOTICE
89 -- NHLBI Fly Food Contract - Statement of Work
- Notice Date
- 10/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311119
— Other Animal Food Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-HL-2017-002-JML
- Archive Date
- 11/1/2016
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
john.lear@nih.gov
(john.lear@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Description: Much of the research conducted at the National Heart, Lung, and Blood Institute's Division of Intramural Research (DIR) involves the use of Drosophila (the common fruit fly). Drosophila is considered a model organism in the field of biology as its genetic makeup closely mirrors that of humans. By closely studying the Drosophila in controlled experiments, researchers are able to anticipate how various diseases and their antidotes are manifest in human populations on a cellular level. As such, the Drosophila presents a unique opportunity to DIR researchers who seek to better understand the effects of cardiovascular diseases and sleep disorders in humans. In order to obtain statistically significant data from experiments involving Drosophila, DIR researchers must maintain a highly controlled environment in which to observe the flies. One major environmental factor is diet. Current Drosophila colonies under observation are extremely sensitive to even the slightest alterations in diet. It is therefore imperative that these Drosophila receive precise formulas according to the needs of the experiments. Historically, the DIR has produced Drosophila food in-house. However, due to recent personnel changes and other budgetary restraints, the DIR can no-longer support in-house food production. Consequently, the DIR must out-source its food production to a contractor capable of meeting the researchers' exact needs. The DIR is in need of precisely formulated food to administer to its Drosophila populations. Drosophila are used in many cross-sectional, longitudinal and case-control studies throughout the DIR. As a result, the Drosophila must receive consistent nourishment so as to prevent variance in studies. Specifically, the DIR requires weekly shipments of food in addition to ad-hoc/emergency shipments upon request. (i)This is a combined synopsis/solicitation for commercial services 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. (ii)The solicitation number is NHLBI-CSB-HL-2017-002-JML and the solicitation is issued as a request for quote (RFQ). (iii)The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91 effective September 30, 2016. (iv) The associated NAICS code is 311119, Other Animal Food Manufacturing, and the small business size standard is 500. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v)The contractor requirements are listed below: (vi)The Contractor shall prepare Drosophila food for weekly shipment as directed by the Contracting Officer's Representative and/or the Technical Advisor(s) according to attached Statement of Work. (vii)Period of Performance: The period of performance will be one (1) year from the date of contract award with the potential for four (4) option years. NOTE TO THE CONTRACTOR: Please provide a pricing proposal for fly food for the base year as well as all four (4) option years. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will use a best value analysis and will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government. The following factors shall be used to evaluate offers: Technical Capability (75 points) - The offeror shall demonstrate its ability to meet all contractor requirements set forth in the statement of work and show evidence of being able to provide the specific fly food recipes outlined. The offeror shall demonstrate its ability to meet the delivery and shipment schedule outlined in the statement of work. Past Performance (25 points) - The offeror shall provide evidence of past completion of similar requirements. Specifically, the offeror shall site examples of experience producing and delivering the "Standard Bloomington Recipe" as defined in the SOW under similar production and delivery schedules. (x)FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Representation ii.52.233-3, Protest After Award iii.52.233-4, Applicable Law for Breach of Contract Claim iv.52.222-3, Convict Labor v.52.222-21, Prohibition of Segregated Facilities vi.52.222-26, Equal Opportunity vii.52.222-36, Equal Opportunity for Workers with Disabilities viii.52.222-50 Combating Trafficking in Persons ix.52.225-13, Restrictions on Certain Foreign Purchases x.52.232-33, Payment by Electronic Funds Transfer-System for Award Management xi.52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving xii.52.244-6, Subcontracts for Commercial Items xiii.52.2232-39, Unenforceability of Unauthorized Obligations (xiii)All responses must be received by October 17, 2016 at 3:00PM and must reference number NHLBI-CSB-HL-2017-002-JML. Responses may be submitted electronically to john.lear@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan M. Lear. Phone: 301-451-4470.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2017-002-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04299776-W 20161008/161006234334-c35a05d657f21b4b446c634d539edcbd (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 |