SOLICITATION NOTICE
R -- Animal Husbandry, Glassware Services & Other Facility Support Services
- Notice Date
- 3/2/2011
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-11-R-0011
- Response Due
- 3/14/2011
- Archive Date
- 5/13/2011
- Point of Contact
- Lisa Sawyer, 301-619-6661
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(lisa.maria.sawyer@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The U.S. Army Medical Research Acquisition Activity, 820 Chandler Street, Fort Detrick, MD intends to establish a firm-fixed-price performance-based contract for animal husbandry and glassware services. The contemplated contract is for a base year contract period from 1 June 2011 through 31 May 2012 with four one-year option periods. The Contractor shall provide animal caretaking (husbandry), cage wash, veterinary technician, glassware, farm manager, driver, enrichment technician and sanitation quality control services for the United States Army Medical Research Institute for Infectious Diseases (USAMRIID) animal facilities, locatedat Fort Detrick, MD. The Contractor shall perform the requirements in the Performance Work Statement (PWS) and conform to the professional standards identified in the contract, and shall follow all applicable instructions and directives as identified in the PWS. The Contractor's tasks shall include, but are not limited to, the following: (a) routine animal care (husbandry, nutrition, enrichment, hygiene and record keepings; (b) sanitation and cleaning of all equipment and animal facilities; (c) animal handling, restraint, standard laboratory animal procedures, technical support and program support of animal health surveillance, as required by the contract directives; (d) maintenance of all related equipment; (e) operation of the glassware cleaning and storage facility; (f) management of the Institute's Large Animal Research Facility (LARF) farm; (g) driver services;(h) provision of environmental enrichment for all research species used; and (i) development and use of a Contractor quality control program to ensure contractor compliance with all performance objectives, requirements and thresholds. The animal husbandry, cage wash and glassware, farm manager, fulltime driver, and LARF Veterinary Technician Services are core services to be provided; Environmental Enrichment Technician/manager (EET), containment and non-containment Veterinary Technician, and Animal Facility Quality Control technician services are optional services that shall be added as required during the life the contract. Different species of rodents, rabbits, livestock, and both old and new world non-human primates (NHPs) shall be used in a wide variety of experiments and regulatory testing that will include microbiological and biohazard procedures. Species may be housed in Animal Biosafety Level (ABSL)-2, ABSL-3 and ABSL-4 containment areas. This acquisition will be accomplished as a commercial service pursuant to FAR 12, and in accordance with FAR 15, contracting by Negotiations. The Government intends to evaluate proposals, and make award with discussions, but reserves the right to award without discussions. If award is made without discussions, Offerors may be given the opportunity to clarify certain aspects of their proposals (e.g., the relevance of an Offeror's past performance information, and adverse past performance information to which the Offeror has not previously had an opportunity to respond) or to resolve minor clerical errors. This solicitation is 100% set-aside for 8(a) businesses. Competitive procedures within the Small Business Administration's 8(a) Program are being utilized. Only eligible 8(a) firms certified as 8(a) under the North American Industry Classification System (NAICS) Code 541690 as of the date of proposal submission need to submit a proposal. The size standard is $6.5M. Electronic copy of solicitation number W81XWH-11-R-0011 with attachments will be available on or about 21 March 2011 on our website at www.usamraa.army.mil under solicitations. A site visit will be conducted shortly following the solicitation release. Contractors must be registered in the Central Contractor Registry to receive a contract award from a DoD activity. All prospective Offerors that are interested in submitting a proposal on this solicitation must have a commercial and government entity (CAGE) code. No hard copies of the solicitation will be provided. Questions about this requirement must be in writing, and should be emailed to lisa.sawyer@amedd.army.mil. No phone questions will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-11-R-0011/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02391762-W 20110304/110302234701-edaf9a6863fd13376f42e711cb8d600a (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 |