Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2014 FBO #4711
MODIFICATION

R -- Presolicitation Notice - US Army Medical Research Institute of Infectious Diseases (USAMRIID) Research & Development Support Services

Notice Date
10/16/2014
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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-14-R-0016
 
Response Due
10/31/2014
 
Archive Date
12/15/2014
 
Point of Contact
John Niziolek, 301-619-1348
 
E-Mail Address
US Army Medical Research Acquisition Activity
(john.m.niziolek.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Date: Original Pre-solicitation Notice - 07 July 2014 Amendment 0001 Pre-solicitation Notice - 14 August 2014 Amendment 0002 Pre-solicitation Notice - 18 September 2014 Amendment 0003 Pre-solicitation Notice - 16 October 2014 *Items highlighted below are changes to this Amended Pre-solicitation Notice* Contracting Office Address - US Army Medical Research Acquisition Activity (USAMRAA), 820 Chandler Street, Fort Detrick, MD 21702-5014 Contact Points: Contracting Officer - Tonya Kreps @ tonya.r.kreps.civ@mail.mil or 301-619-2519 or Contract Specialist - John Niziolek @ john.m.niziolek.civ@mail.mil or 301-619-1348. Subject: Presolicitation Notice - US Army Medical Research Institute of Infectious Diseases (USAMRIID) Research & Development Support Services Solicitation Number: W81XWH-14-R-0016 USAMRAA, in support of USAMRIID intends to solicit for support services to provide the administrative, information technology, scientific, technical, and facility support as necessary to allow responsive, high quality, and timely mission accomplishment within a flexible and changing environment under the authority of Federal Acquisition Regulation FAR 12 Acquisition of Commercial Items, and FAR 15 Contracting by Negotiation. The new master contracts will be a Multiple-Award IDIQ (MA-IDIQ) contract using a Competitive 8(a) Small Business Set-Aside. These master MA-IDIQ Contracts will produce task orders that will provide the related support services to USAMRIID, other US Army Medical Research and Materiel Command (USAMRMC) subordinate commands, and other Federal research laboratories. However, the primary place of performance is USAMRIID, 1425 Porter Street, Fort Detrick, MD 21702. The period of performance will be a one (1) - twelve (12) month base period plus four (4) - twelve (12) month option periods. The NAICS Code for the base contract is 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) and the PSC code will be AD21- R&D - Defense other: Services (Basic Research). Anticipated award date is 15 February 2015 to allow for competition of task that will start on 01 April 2015. Task Orders under this MA-IDIQ will either be Firm-Fixed-Priced (FFP) or Cost-Plus-Fixed-Fee (CPFF) task orders based on whether the services provided are commercial (FFP) or non-commercial services (FFP or CPFF) as defined by the Federal Acquisition Regulation which will be determined at the task order level. There is a limited requirement for personal services by personnel such as physicians and nurses who will provide direct patient care. Because of the possibility of Cost type task orders all offerors are required to have an adequate accounting system as defined in DFARS Clause 252.242-7006 'Accounting System Administration' to be eligible for an award. All prime Contractors must have an approved purchasing system as prescribed in FAR 44.201. The Offeror shall provide evidence of its accounting system being adequate in accordance with FAR 16.301-3, 16.304, 16.306, 16.601 and in compliance with FAR Part 31 Contract Cost Principles and Procedures. Evidence in the form of (a) Third party audited financial statements to include audit of accounting system and methods, (b) Current Defense Contract Audit Agency (DCAA) cost accounting system audit report, or (c) Current certified DCAA Standard Form 1408 shall be accepted. If the offeror is in possession of a Forward pricing Rate Agreement (FPRA) or DCAA audited rates, they shall provide the document as an attachment to their Cost Proposal. Subcontracting plans are not required IAW FAR 19.702(b) (1). This acquisition encourages subcontracting or teaming arrangements IAW FAR 19.702 and the quote mark prime quote mark Contractor will afford the opportunity to other small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses concerns the maximum practicable opportunity to participate in contract performance consistent with its efficient performance. The subcontracting efforts for this requirement will be strictly enforced to ensure that 50% or more of the efforts will be performed by the prime contractor(s) IAW FAR 52.219-4, Limitation in Subcontracting. Award of this contract will be made on a competitive best value basis, using quote mark best value trade-off quote mark among price and non-cost/price factors. Thus, the Government may elect to award to other than the lowest priced Offeror, or other than the Offeror with the highest rated non-cost/price proposal. Past Performance will be evaluated independently from the other non-price evaluation factors using different standards. The evaluation factors are listed below in descending order of importance. Factor 1 - Management Capabilities, Factor 2 -Experience, Factor 3 - Technical Approach, Factor 4 - Past Performance, Factor 5 - Cost/price. Anticipated Solicitation Release Date - Week of 10/27/14 Offerors wishing to submit an offer are responsible for downloading their own copy of the request for proposal (RFP) and for frequently monitoring the site for any amendments. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposals specified on the solicitation may render vendor offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-14-R-0016/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03552411-W 20141018/141016235301-44056f459a8d8eb9f440fe74d65b57bc (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.