SOLICITATION NOTICE
R -- Wildlife Rabies Science Consulting Services - Performance Work Statement and Pricing Schedule
- Notice Date
- 12/29/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-16-0038
- Archive Date
- 1/23/2016
- Point of Contact
- Lisa A Draves, Phone: 612-336-3364
- E-Mail Address
-
lisa.a.draves@aphis.usda.gov
(lisa.a.draves@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement and Pricing Schedule (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) This reference number for this effort is AG-6395-S-16-0038. This solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-85, effective December 4, 2015. (iv)This solicitation is issued as a total small business set-aside. The appropriate NAICS code is with a small business size standard of $7.5M. (v) Contract Line Items: 0001 Consulting Services, Est. Qty: 600 Hours 0002 (Option Item) Consulting Services, Est. Qty: 100 Hours (vi) Description of requirements for items to be acquired: Work involves providing consulting services relating to rabies surveillance, rabies control, rabies elimination strategies, rabies program monitoring and wildlife rabies research, and the development of scientific manuscripts for publication. See attached Performance Work Statement and Pricing Schedule. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (viii) The provision at 52.212-2, Evaluation - Commercial Items, applies. (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotations will be evaluated in accordance with FAR Parts 12 and 13. The following factors shall be used to evaluate quotations: Key Personnel: Quoters shall submit a resume for the proposed subject matter expert (Wildlife Rabies Science Advisor) to demonstrate technical qualifications/expertise and experience. Past Performance: Quoters shall provide at least two (2) past performance references. Provide the project title, description, dollar value, period of performance, and reference information (name, title, email, phone). All non-price related factors, when combined, are significantly more important than Price. (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). (ix) The provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 1) applies. Offerors must complete online representations and certifications in the System for Awards Management (SAM) at www.sam.gov. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Alt 1) applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses are checked as applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (xii) Additional requirements: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the contract expiration date. 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 at any time prior to the contract expiration date. (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 12 months. 452.216-74 CEILING PRICE (FEB 1988) The ceiling price of this contract is $64,032. The Contractor shall not make expenditures or incur obligations in the performance of this contract which exceed the ceiling price specified herein, except at the Contractor's own risk. 452.237-74 KEY PERSONNEL (FEB 1988) (a) The Contractor shall assign to this contract the following key personnel: (To be inserted at time of award) (b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. (c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes of key personnel. 52.252‐2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.227-17 Rights in Data -- Special Works (Dec 2007) 52.232‐39 Unenforceability of Unauthorized Obligations in All Solicitations and Contracts (Jun 2013) 52.232‐40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law -- Fiscal Year 2015 Appropriations and Beyond (Deviation 2015-01). See attached. (xiii) QUOTATIONS ARE DUE NO LATER THAN 11 a.m. (local time) on January 8, 2016. Quotations must be submitted by email to: Lisa Draves at lisa.a.draves@aphis.usda.gov. QUOTATIONS MUST INCLUDE THE FOLLOWING: 1. A cover page that includes the solicitation number, company name, address, point of contact information, and DUNS number. 2. Completed Pricing Schedule (see Performance Work Statement, page 1) 3. Key Personnel information: Provide a resume for the proposed subject matter expert (Wildlife Rabies Science Advisor) to demonstrate technical qualifications and relevant experience. 4. Past Performance information: Provide at least two (2) past performance references. Provide the project title, description, dollar value, period of performance, and reference contact information (name, title, valid email and phone). 5. Completed AGAR 452.209-70 Representation (attached) Quoters are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Quotations that reject the terms of the solicitation may be excluded from consideration. Alternate Pricing Schedules will not be considered. Quotations must include a price for all items in the solicitation to be eligible for award. The Government will award on an "All or None" basis. In accordance with Federal Acquisition Regulation (FAR) Subpart 9.1, a prospective contractor may be requested to provide additional information in order to assist the Government in making a responsibility determination. All questions concerning this solicitation must be submitted by email to Lisa Draves at lisa.a.draves@aphis.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-16-0038 /listing.html)
- Place of Performance
- Address: USDA APHIS Wildlife Services, 59 Chenell Dr., New Hampshire, 03301, United States
- Zip Code: 03301
- Zip Code: 03301
- Record
- SN03979802-W 20151231/151229234448-1a65fc3e6b2238f794d2f9fd2f081f17 (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 |