Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2019 FBO #6302
SOLICITATION NOTICE

R -- Research Veterinary Services

Notice Date
2/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541940 — Veterinary Services
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
36C24E19Q0036
 
Response Due
2/28/2019
 
Archive Date
4/29/2019
 
Point of Contact
(412) 822-3158
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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 solicitation number 36C24E19Q0036 is issued as a request for quotation (RFQ). The award will be made under a Best Value determination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. This requirement will be made using a cascading set-aside under the associated NAICS code 541940 with a small business size standard of $7.5 Million. The full solicitation document is included as an attachment to this notice; to include: a list of contract line items, a Description of requirements for the items to be acquired, SOW/PWS, Date(s) and place(s) of delivery, and applicable clauses and provisions. This requirement is for Veterinary Support for the VA Pittsburgh Healthcare Research and Development. SPECIFIC REQUIREMENT The offeror shall provide support to VAPHS researchers and their staff in specialized techniques, procedures and assistance with experimental design, protocol writing and reviews. The offeror shall adhere to the VA s infection control program. Infection Control personnel protective equipment (PPE) for infection control will be provided by the VA. PPE shall be worn at all times in the laboratory, clinical areas, and housing areas. The PPE shall include, but is not limited to, shoe covers, gowns, gloves, and headwear. A sticky mat will also be present at the laboratory entrance and shall be used by the offeror when entering. No footprints shall be found in the laboratory or clinics. Invoices shall contain the dates of service, invoice number, PO number, amount due, a description of the service and/or a description of the product. Monthly invoices shall be submitted to the Tungsten portal in accordance with the attached addendum and shall be paid in arrears. If travel is required, VAPHS will fund the vendor for consultants including travel, lodging, meals and registration at a not to exceed price of $2,000 annually. Any costs associated with these activities shall be funded through a separate agreement and not be invoiced against this contract. The Facility Manager will inform the COR on a quarterly basis regarding the achievements of the contractor in relationship to the stated duties, schedules and milestones. The VAPHS Administrative Officer for Research will be the COR designation for this contract. They will be responsible for verifying the provision of the services rendered by the Contractor. The contracted veterinarian shall be licensed. A copy of the license shall be submitted with the quote. The contract veterinarian shall provide evidence of acceptable past performance and current reference names and phone numbers. The Contractor shall provide proof of training the CITI Laboratory Animal Courses within one (1) month of the contract award date. All relevant animal specific species modules shall be completed. The CITI Laboratory Animal Welfare Course is currently hosted by the Department of Veterans Affairs (VA) at  www.researchtraining.org. Scope of Work: Primary duties shall include: a. Direct animal research facility operations to ensure compliance with current animal welfare laws, regulations, and policies, and to support Research and Development (R&D) programs using animal subjects. b. Provide professional guidance and technical, secretarial, and administrative support to the health care facility's investigators in planning, executing, and directing R&D activities using animals. This includes the establishment and execution of disease surveillance programs in the animal research facility. c. Ensuring adequate caretaker staffing and proper support of animal research projects at the facility. Once the annual proposed Veterinary Medical Unit (VMU) budget is prepared by research administrators with input from the Consultant Veterinarian, the proposed budget should be submitted to the Institutional Animal Care and Use Committee (IACUC) for comments, and then submitted to the R&D Committee for review and final approval. d. Initiating and/or reviewing requests for equipment used in the animal research facility and plans for animal research facility construction and renovation. e. Serving as a member of the local IACUC. f. Performing mandatory veterinary consultations with investigators prior to the submission of their animal protocol forms to the IACUC. g. Participate in mandated semi-annual IACUC inspections of animal facilities and the animal care and research use program. h. Guiding the facility in preparations for Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC), international accreditation site visits, and compliance visits by regulatory agencies. i. Drafting or reviewing regulatory documents required for compliance with applicable regulations, guidelines, and policies. This includes AAALAC Program Descriptions, Public Health Service (PHS) Assurance documents, United States Department of Agriculture (USDA) Annual Reports (to be signed by the IO), and annual VA VMU reports. j. Serving as a member of the Bio-safety Committee as a liaison to the IACUC, if requested by the ACOS for R&D. k. Contributing to the promotion of favorable community and affiliate relations and increased public appreciation of the importance of animal studies in improving patient care. l. Participate in VA initiatives that contribute to improved animal research support of R&D programs throughout the VA health care system. m. Assisting the CVMO with special projects of system-wide importance. Period of Performance The anticipated contract will be a firm fixed service contract for a base period of one (1) year with four option periods of one (1) year each. The period of performance will be: Base Year: April 1, 2019 through March 31, 2020 Option Year 1: April 1, 2020 through March 31, 2021 Option Year 2: April 1, 2021 through March 31, 2022 Option Year 3: April 1, 2022 through March 31, 2023 Option Year 4: April 1, 2023 through March 31, 2024 Place of Performance Most of the work shall be performed at the VA Pittsburgh Healthcare System University Drive at: University Drive Campus University Dr Pittsburgh, PA 15240 Schedule/Milestones The Contractor shall provide veterinary care of animals housed for research at VAPHS to performed primarily during on-site visits two (2) days per week or though on-call availability. On-call telephone consultation services shall be available 24 hours per day, seven (7) days per week. Attends a minimum of 10 monthly IACUC Meetings during each period of the contract. Provide a written review, to the IACUC Program Assistant, for each pre-review conducted of a research investigators animal protocol.   Provide semi-annual written report to the AO/ACOS/R&D by June 30th and December 31st of each calendar year evaluating the Animal Facility Manager on animal husbandry practices in the facility. Participate actively in the Post Approval Monitoring (PAM) Program, as described in Standard Operating Procedures. Perform written post-surgery evaluations in accordance with approved ACORPS. h. The offeror shall establish and implement a quality control program for rodent colonies to include necropsies and clinical pathologic support program. The written program shall be provided to the COR within the first thirty days of each new contract period. i. The offeror shall provide a weekly report by email documenting the results for each review or inspection. In the event when no deficiencies or problems are identified, a report stating this condition shall be provided. In the event a problem is identified that may compromise the outcome of the desired service or cause a delay in delivery of the desired service, the offeror shall provide a Problem Identification Report (PIR) identifying and describing the specific problem encountered. The PIR shall be provided to the COR, the Animal Facility Manager, and the Business Manager within one (1) business day of the finding. Security a. The COR will be responsible for ensuring that all Contractors comply with physical security policies. b. A compliant ID badge shall be worn by Contractors while on VA premises. c. Contractor will not have access to any VA sensitive information or to the VA network. No VA sensitive information may be transferred to the contractor s site via FTP. A secure FTP site must be used to transfer design files. All unsecure ftp sites are blocked by the VA-NSOC. The vendor will need to set up a secure FTP site (SFTP or FTPS) in order to transfer files, if required. d. All Contractors shall receive Privacy training annually using one of the following methods: e. Complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information training by using VA s TMS system (https://www.tms.va.gov/). f. Complete the hard copy version of VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information. g. Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. h. The COR must ensure that all contractors are validated in the PIH domain. Signed training documents shall be submitted to the COR. i. Training shall be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR. Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made based on full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on 2/28/2019 at 10:00 AM and shall be directed electronically to Michael.haydo@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov                                                                                                                                                                                 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/572089057ab4a23d371f4dc2e593a313)
 
Record
SN05230980-F 20190224/190225091118 (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.