Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

88 -- The purchase of an indefinite quantity of High Health Research Swine of various weights to be delivered to Fort Sam Houston, TX. See the full synopsis/solicitation in the Description below.

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112210 — Hog and Pig Farming
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH10R0034
 
Response Due
4/16/2010
 
Archive Date
6/15/2010
 
Point of Contact
Michael Vallone, 301-619-7146
 
E-Mail Address
US Army Medical Research Acquisition Activity
(michael.vallone@amedd.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) intends to purchase an indefinite quantity of High Health Research Swine of various weights to be delivered to the U.S. Army Institute of Surgical Research (USAISR), 3400 Rawley E. Chambers Ave. Fort Sam Houston, TX 78234. The award will consist of a base year with a period of performance of 12 months upon award with four one-year option periods. This is a combined synopsis/solicitation; no solicitation will be released for this requirement. When submitting proposals for this requirement the control number will be W81XWH10R0034. This is a full and open competition, NAICS code is 112210 for this procurement. The anticipated contract type of this requirement is Indefinite Delivery Indefinite Quantity (IDIQ). The Government anticipates awarding up to no more than one best value IDIQ. The minimum guarantee for each contract year is one award. Proposals received for this RFP must be for the entire requirement. No partial proposals shall be accepted. All contractors submitting proposal must comply with ALL of the following Minimum Essential Characteristics. All swine must be: Yorkshire Cross breed; Serologically and clinically negative to the agents that cause the pneumonic lesions, brucellosis, swine dysentery, turbinet atropy, pseudorabies, lice and mange; USDA validated brucellosis free; Qualified pseudorabies negative; Registered High Health Herd; Licensed USDA breeder; Specifically bred for research use; Swine tissue can be used for Human Medical Device; Swine breed must be genetically traceable; and All employees are Pork Quality Assurance (PQA) Certified Handlers. Ground Transportation of the Swine is required and they are to be delivered in a temperature controlled enclosed vehicle. The following are the identified weights of the Research Swine and maximum quantity for the base year period of performance and four 1-year option periods. Item No.Supplies/ServicesMAX QtyUnit 0001 Base YrHigh Health less than 20 Kg Research Swine 20Each 0002 Base YearHigh Health 22-40 Kg Research Swine 400Each 0003 Base YearHigh Health 40-60 Kg Research Swine 50Each 0004 Base YearHigh Health greater than 60 Kg Research Swine 30Each 0005Ground Transportation to Ft Sam Houston, TX. Delivery will be made in a temperature controlled enclosed vehicle 1001 Option Yr 1High Health less than 20 Kg Research Swine 20Each 1002 Option Yr 1High Health 22-40 Kg Research Swine 400Each 1003 Option Yr 1High Health 40-60 Kg Research Swine 50Each 1004 Option Yr 1High Health geater than 60 Kg Research Swine 30Each 1005 Option Yr 1Ground Transportation to Ft Sam Houston, TX. Delivery will be made in a temperature controlled enclosed vehicle 2001 Option Yr 2High Health less than 20 Kg Research Swine 20Each 2002 Option Yr 2High Health 22-40 Kg Research Swine 400Each 2003 Option Yr 2High Health 40-60 Kg Research Swine 50Each 2004 OptionYr 2High Health greater than 60 Kg Research Swine 30Each 2005 Option Yr 2Ground Transportation to Ft Sam Houston, TX. Delivery will be made in a temperature controlled enclosed vehicle 3001 Option Yr 3High Health less than 20 Kg Research Swine 20Each 3002 Option Yr 3High Health 22-40 Kg Research Swine 400Each 3003 Option Yr 3High Health 40-60 Kg Research Swine 50Each 3004 OptionYr 3High Health greater than 60 Kg Research Swine 30Each 3005 Option Yr 3Ground Transportation to Ft Sam Houston, TX. Delivery will be made in a temperature controlled enclosed vehicle 4001 Option Yr 4High Health less than 20 Kg Research Swine 20Each 4002 Option Yr 4High Health 22-40 Kg Research Swine 400Each 4003 Option Yr 4High Health 40-60 Kg Research Swine 50Each 4004 OptionYr 4High Health greater than 60 Kg Research Swine 30Each 4005 Option Yr 4Ground Transportation to Ft Sam Houston, TX. Delivery will be made in a temperature controlled enclosed vehicle Applicable is FAR 52.212-2 Evaluation- Commercial Items: (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: Technical Requirements: 1. Each proposed offer will provide their specifications, and price list for various size High Health Research Swine. 2. Sample Delivery Order: Each Offeror shall provide pricing and delivery time available to Fort Sam Houston, TX for the below sample Delivery Order placed on a Monday morning at 8:00 am: Provide pricing, delivery charge and earliest Delivery for the following products: Requirement Sampling, High Health Research Swine Hd High Health less than 20 Kg Research Swine. Hd High Health 22-40 Kg Research Swine, Hd High Health 40-60 Kg Research Swine. Hd High Health greater than 60 Kg Research Swine. Ground Transportation to Fort Sam Houston, TX (Swine will be delivered in a temperature controlled enclosed vehicle.) This sample delivery order will evaluate the offerors pricing and delivery. 3) Each proposed offer shall provide certifications, licenses or national accreditations. Also, provide any information about inspections of your facilities. 4) Each offeror must (1) submit written information that pertains to their capability to perform the requirement which demonstrates ability to meet the defined requirement and all certifications (2) identify two federal, state, local governments, or private contracts for which the offeror has performed work similar to this solicitation (include contracts within the last two years, POCs, and telephone numbers). 5) Price: The Government will award agreements to the offerors that provide the best value solution considering specifications, delivery and price. Technical and past performance, when combined, are more important than cost. (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. Applicable is FAR 52.216-1 Type Of Contract The Government contemplates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. Applicable is FAR 52.216-18 Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from TBD through TBD.(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered (issued) when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. This synopsis/solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2005-38. The provision at 52-212-1 Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.207-4 Economic Purchase Quantity Supplies, applies to this acquisition. A completed copy of the provision at 52.209-5 Certification Regarding Responsibility Matters, must be included with the offer. A completed copy of the provision at 52.212-3 Offeror Representations and Certification Commercial Items, must be included with the offer.. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition including 52.203-6 Restrictions on Subcontractor Sales to the Government with Alt I; 52.219-14 Limitations on Subcontracting; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The DFARS clause 252.212-7001 Contract Terms and Conditions. Defense Acquisitions of Commercial Items applies to this acquisition including 252.225 -7001, Buy American Act and Balance of Payment Program. The DFARS Clause 252.204-7004 Required Central Contractor Registration applies. Full FAR/DFARS text may be obtained at website http://www.arnet.gov/far. All questions are due by 7 April 2010 in writing (see POC below) please use the reference number for subject line. Proposals are due on 16 April 2010 at 1:00 E.S.T. to USAMARRA, Attn: MCMR-AAA-W, Bldg 820, Fort Detrick, MD 21702-5014. POC is Mike Vallone, michael.vallone@amedd.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH10R0034/listing.html)
 
Place of Performance
Address: US Army Institute of Surgical Research 3400 Rawley E. Chambers Ave. Fort Sam Houston TX
Zip Code: 78234
 
Record
SN02110046-W 20100403/100401235417-98b21fe43e5eec91df332a5fd9b30f6c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.