MODIFICATION
87 -- Open Formula NIH-41 Irradiated ROdent Diet
- Notice Date
- 9/2/2009
- Notice Type
- Modification/Amendment
- NAICS
- 311119
— Other Animal Food Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- 09-222-SOL-00149
- Archive Date
- 9/23/2009
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Food and Drug Administration intends to award a Contract for the services and supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5 Test Program for Certain Commercial Items. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 09-222-SOL-00149. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, August 11, 2009. The associated North American Industry Classification System (NAICS) Code is 311119 - Other Animal Food Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting for the following items per attached Statement of Work “Open Formula NIH-41 Irradiated Rodent Diet: Base Period (12 Months) 10/1/2009 through 9/30/2010. The following are indefinite delivery items. 1. Open Formula NIH-41 Irradiated (IR) Rodent Diet as specified in the attached SOW. Estimated quantity not to exceed 60 Tons. Minimum/Maximum Quantities The government shall place orders under this contract that shall total at least 30 Tons. The maximum quantity that may be issued under this contract for the base year is 60 Tons. 2. Feed Assay Analyses Base Period 3 each 3. Base Period Shipping Cost Estimated Not to Exceed a Quantity of 4 Shipments Option Year 1: October 1, 2010 through September 30, 2011 4. Open Formula NIH-41 Irradiated (IR) Rodent Diet Option Period One as specified in the attached SOW. Estimated quantity not to exceed 30 Tons. Minimum/Maximum Quantities for Option Year The government shall place orders under this contract that shall total at minimum of 5 Tons. The maximum quantity that may be issued under this contract for Option Year 1is 30 Tons. 5. Feed Assay Analyses Option Period 1 3 each 6. Option Period Shipping Cost Estimated Not to Exceed a Quantity of 4 Shipments Period of Performance Base year: October 1, 2009 through September 30, 2010 Option year 1: October 1, 2010 through September 30, 2011 Contract Schedule Modifications Effected by Option Exercise: Upon execution of each option, an additional twelve (12) months will be added to the contract period of performance. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. FOB Point Destination. The Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government’s requirement (ii) Past Performance (iii) Price. Technical and past performances, when combined, are equal when compared to price. The technical evaluation will be determination as whether the proposed contractor is capable of providing the services or supplies. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the products/services offered meets the Government's requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product and/or services to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record or meeting delivery schedules and service/maintenance reputation. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the valuation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) if applicable, of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Alt I, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-5, 52.225-3, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-4, 52.204-7 and 52.216-27. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/. The following texts have been added to the clauses as follows: 52.216-18 Ordering (OCT 1995) Fill in text as follows: (a) Such orders may be issued from 10/1/2009 through 9/30/2011. 52.216-19 Order Limitations (OCT 1995) Insert the following text in paragraph: (a) $1,000.00 (b) (1) $30,000.00, (2) $40,000.00, (3) 5 days. (d) 5 days 52.216-22 Indefinite Quantity (OCT 1995) (d) 12/1/2011 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year. (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2010. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2010, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.270-10 Anti-lobbying. (January 2006) Post Award Evaluation of Contractor performance a. Contractor Performance Evaluations Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. A final evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Offers are due in person, by mail, e-mail or fax on or before September 8, 2009 by 1:00 p.m. (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OAGS, Attn: Nick Sartain, 3900 NCTR Road, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain @ (870) 543-7370, FAX (870) 543-7990, e-mail nick.sartain@fda.hhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/09-222-SOL-00149/listing.html)
- Record
- SN01937358-W 20090904/090903000314-8f1f1cf0c3b353956e6db546a5309290 (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 |