SOLICITATION NOTICE
88 -- Combined Synopsis/Solicitation
- Notice Date
- 8/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112990
— All Other Animal Production
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-09-T-0531
- Response Due
- 8/21/2009
- Archive Date
- 10/20/2009
- Point of Contact
- bmiller, 301-619-1078<br />
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(brian.d.miller1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Medical Research Acquisition Activity (USAMRAA) is seeking BRAND NAME TO the following: Vendor Harlan Labs. Must be pathogen free rabbits; Must be on the USDA approved list; Must be shipped from within the United States; Must be able to tatoo the rabbits Nonspecified sex; Must weigh between 4/5 kg; Vendor must be able to support weekly delivery. The Government intends to award a single Blanket Purchase Agreement (BPA). The BPA will be established for one 12-month base period and two 12-month options. Provide pricing per rabbit and shipping for the base year. The Governments minimum guarantee under this contract is 45 rabbits. A task order for the minimum guarantee will be issued concurrent with the award of this BPA. Items are to be shipped directly to US Army Institute of Surgical Research (USASIR) in Fort Sam Houston, TX. This announcement constitutes the solicitation by USAMRAA, Ft Detrick, MD. Offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The SIC Code is 0279 and the North American Industry Classification System (NAICS) code is 112990. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-3 Offeror Representations and Certification-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (specifically the following clauses cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 222.21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34 F.O.B. Destination. DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (specifically the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation); DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7014 Preference for Certain Domestic Commodities, and DFARS 252.243-7002 Requests for Equitable Adjustment. This is a best value procurement. The Government may elect to award to other than the lowest priced offeror. Award will be based on compliance with essential characteristics, past performance, and price. The government reserves the right to make award on the initial offeros received without discussions. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. Responses should be emailed to brian.d.miller1@us.army.mil no later than Friday, August 21, 2009 by 2:00pm (Eastern Standard Time). Submission should be emailed as either a pdf or MS office attachment. Submissions should be on company letterhead and include companys name, point of contact, address, phone number, fax number, DUNS Number, CAGE Code, and Solicitation Number (W81XWH-09-T-0531).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-09-T-0531/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD<br />
- Zip Code: 21702-5014<br />
- Zip Code: 21702-5014<br />
- Record
- SN01910780-W 20090815/090814000455-18795e8f1810bdaced5f2221f02138fb (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 |