Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14, 2000 PSA #2747
SOLICITATIONS

R -- OPERATION OF THE AMES RESEARCH CENTER ANIMAL CARE FACILITY: SOURCES SOUGHT

Notice Date
December 12, 2000
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
ZIP Code
94035-1000
Solicitation Number
RFI2-36494-JSB
Response Due
December 31, 2000
Point of Contact
Jeff S. Brown, Contracting Officer, Phone (650) 604-4696, Fax (650) 604-3020, Email jsbrown@mail.arc.nasa.gov -- Barbara J. Young, Contracting Officer, Phone (650) 604-5773, Fax (650) 604-4646, Email byoung@mail.arc.nasa.gov
E-Mail Address
Jeff S. Brown (jsbrown@mail.arc.nasa.gov)
Description
NASA/ARC is hereby soliciting information for potential sources for operation of the Ames Research Center Animal Care Facility (ACF), and animal care services. The ACF consists of approximately 25,000 square feet of animal holding space comprising about 45 rooms. In addition, approximately 8,000 square feet of ancillary rooms are available. Respondents must be capable of providing the following services: Animal husbandry and maintenance including cage, equipment and environmental, cleaning and sanitation; maintaining the various records relevant to all aspects of animal care; transportation of animals; medical care of animals; surgical services; clinical testing; post-mortem examinations; assistance in the procurement of animals and supplies. The facility is accredited by the American Association for the Accreditation of Laboratory Animal Care (AAALAC). The species accommodated include non-human primates, rats, mice, frogs, and non-poisonous snakes. Other species may be present occasionally, and in small numbers. The ACF is in operation seven days a week, including holidays. Additionally, Ames Research Center will conduct life science flight experiments using numerous biological specimens aboard spacecraft to conduct research during spaceflight and supporting activities. Specimens utilized during these activities will be maintained at the ARC-ACF. During shuttle missions, specimens will also be housed at Kennedy Space Center (KSC), FL. Care of animals at KSC may be the responsibility of the ARC-ACF contractor. It is anticipated that the period of performance would not exceed five years. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact -- address and phone number). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. NASA is considering the use of several Acquisition Streamlining processes on this procurement. The first is to have electronic submission of proposals and electronic award of the resultant contract(s). NASA posts all competitive solicitations on its Business Opportunities page, coupled to the cognizant synopsis of proposed contract Action. If NASA intends to accept only electronic proposals and make a resultant electronic award, the Synopsis would include a paragraph substantially as follows: "This procurement uses procedures for large procurements and is being conducted under the NASA Acquisition Internet Service (NAIS) Electronic Procurement (EPRO) Pilot. This Pilot supports the electronic receipt of offers and electronic award of the resultant contract(s), utilizing forms and digital signature/security software. This system was developed in response to the National Performance Review's call for increased use of electronic commerce in exchanging procurement information. Vendors wishing to view this procurement information or respond to the procurement must first install and utilize the designated software (provided free of charge). Complete instructions for installation and use of the software to view and respond to the procurement are available at http://server-mpo.arc.nasa.gov/NAIS/NAISHome.taf?ptype=Type5 " The solicitation(s) would be slightly different from the usual posted solicitation(s). Standard Form 33, the Solicitation, Offer, and Award form, and Representations and Certifications would be prepared in Informed Filler. Interested Offerors would have to download the Informed and Entrust software in order to view and complete these documents, apply their digital signature, and submit their proposal in a secure medium. Other parts of the solicitation(s) such as the model contract(s) (Sections B through J), Sections L and M, and any attachments would be just like any posted NASA solicitation. Offerors would need to obtain their free digital signature certificates in order to complete their proposal. All information necessary to participate in EPRO can be obtained via the Universal Resource Locator (URL) identified in the Synopsis paragraph noted above. Furthermore, specific instructions would be posted along with the solicitation(s). The other Acquisition Improvement process being considered is Oral Proposals. This process could be used in conjunction with EPRO. Typically, Oral Proposals are used for the Mission Suitability and Past Performance Factors. Offerors present their proposal to the Source Evaluation Committee (SEC) within a strict regime, the SEC listens, asks necessary clarifying questions, and then completes an evaluation form. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Jeff S. Brown electronically, or by mail no later than 12/31/00. In responding reference RFI2-36494-JSB. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#RFI2-36494-JSB)
Record
Loren Data Corp. 20001214/RSOL017.HTM (D-347 SN508778)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on December 12, 2000 by Loren Data Corp. -- info@ld.com