Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

99 -- Solicitation for Histological Preparation of Tissue

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
W81XWH11T0179
 
Response Due
2/28/2011
 
Archive Date
4/29/2011
 
Point of Contact
Erin Jessica Maddox, 410-417-0028
 
E-Mail Address
US Army Medical Research Acquisition Activity
(erin.j.maddox@us.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; offers are being requested and a separate written solicitation will not be issued. A firm fixed-price award will be made to the responsible offeror who provides the lowest acceptable quote. The resulting award will be a Firm Fixed Price. THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. Description: The U.S. Army Medical Research Institute for Chemical Defense (USAMRICD) in Aberdeen Proving Ground - South, Maryland 21010 requires the use of a company that can provide histopthological services for current and on-going experimental protocols. Performance Work Statement: "USAMRICD seeks non-personal professional service for histological preparation of tissue including cryoprotection, freezing and paraffin embedding, sectioning with a cryostat and microtome, mounting of tissue sections on slides for each guinea pig, rat, mouse, and monkey brains as well as rat peripheral organs. The Contractor shall provide sections mounted and stained on slides with a variety of histological stains including hematoxylin and eosin, flourojade B, thionin, colorimetric immunostaining with one primary antibody or histochemical stain, and neuronal apoptosis detection with in situ DNA nick end-labeling technique for all species, golgi staining for rat or mouse brains in addition to those listed above. Additionally, histological staining of tissue including use of proprietary stains in required. The Government requires this service for 75 monkey brains (25 brains per contract year), 99 rat/mouse brains and peripheral tissues (33 each per contract year), and 90 guinea pig brains (30 per contract year). The Contractor will be provided perfused tissue collected from rodents and NHPs exposed to chemical agents and will in turn provide sectioned tissue mounted on slides and stained with proprietary histological stains, including hematoxylin and eosion, flurojade B, thionin, colorimetric immunostaining with one primary antibody or histochemical stain, and neuronal apoptosis detection with in situ DNA nick end-labeling technique. The contractor shall also collect additional sections. The Government deserves the right to inspect the contractor's work to verify the performance and to ensure compliance with all federal, state and local regulations, laws and ordinances. Specific Tasks: The Contractor shall provide sections mounted and stained on slides from monkeys, rats, mice, and guinea pigs with a variety of histological stains including hematoxylin and eosin, flourodage B, thionin, colorimetric immunostaining with one primary antibody or histochemical stain, and neuronal apoptosis detection with in situ DNA nick end-labeling technique, with a report at the time of completion. The contractor shall also provide sections of mounted and stained tissues on slides from rats with golgi staining with a report at the time of completion. Deliverables and Reports: A report shall be provided to the Government with the acceptance of the stained slides. The report shall provide a detailed summary of the service performed. The items will be picked up by the Government upon completion. Deliverable Due Dates: The Contractor shall provide the stains and a report within 3 months of receiving the tissue from USAMRICD. The brain tissue will be delivered to the contractor in person with retrieval from a Government employee. The period of performance of this contract will be 12 months from the effective date of the award with two 12-month option periods. Total award duration will not exceed 36-months. Quality Assurance Surveillance Plan: The acceptable quality level is delivery completion within 3 months of receipt of the tissue with a 100% surveillance method. The report summary of services provided shall be provided within 3 months of receipt of the tissue with a 100% surveillance method. Payments will not be approved until both performance requirements are received and approved by the Contracting Officer Representative (COR). A COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. The contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: Exceptional: Performance significantly exceeds contract requirements to the Government's benefit. Satisfactory: Performance meets contractual requirements. Unsatisfactory: Performance does not meet contractual requirements. When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's task manager or on-site representative. A CDR template is attached to this QASP. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for contract payment deductions, fixed fee deductions, award fee nonpayment, or other actions deemed necessary by the KO." End of Performance Work Statement. When submitting proposals for this requirement reference control number W81XWH-11-T-0179. This is a full and open competition, NAICS 541990, with a size standard of 500. All quotes received for procurement must be for the entire requirement; no partial offers shall be accepted. All Contractors must submit offers that comply with the Performance Work Statement. Offerors must be able to receive payments via Electronic Funds Transfer through the Wide Area Work Flow (WAWF). Offerors must be valid on the Central Contractor Registry (CCR) and must remain valid/active for the duration of the contract. This synopsis/solicitation document incorporates provisions and clauses as follows: FAR 52.202-1 Definitions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1 Instructions to Offeror Commercial Items, If the offeror has completed these provisions electronically as part of its annual representations and certifications at https://orca.bpn.gov, the contracting officer may consider this information instead of requiring the offeror to complete these provisions for a particular solicitation. 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. Basis for award will be based on the best overall proposal that is deemed most beneficial to the Government. The three evaluation factors are technical, past performance and cost/price. Technical and past performance is of equal importance. Non-price/cost factors are significantly more important than cost. As the collective non-price/cost factors begin to reach equality in the evaluation, price/cost becomes the more important factor in the trade-off analysis. The following factors shall be used to evaluate offers: (A) Technical: The narrative shall provide the Offeror's technical approach and plan to be utilized in meeting the key performance requirements outlined in the PWS, including a full explanation of proposed techniques and procedures. This narrative must be specific and detailed, and it must include the rationale behind the proposed approach. The narrative shall demonstrate the Offeror's breadth of expertise in the ability to address issues in varying technical areas during the life of the contract. Technical will be evaluated using the following adjective ratings: Low Risk: Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Moderate Risk: Some doubt exists, based on the Offeror's performance record, that the Offeror can perform he proposed effort. High Risk: Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform he proposed effort. Unknown Risk: Little or no relevant performance record, equates to an unknown risk rating having no negative or positive evaluation significance. (B) Past Performance: Performance risk is something that both the Government and the offerors want to keep at a level that is appropriate for the given acquisition. Past performance analysis provides insight into an offeror's probability of successfully completing the solicitation requirements based on the offeror's performance record on similar contract efforts. (1)The offeror shall provide a narrative of services provided on the same or similar service within the last 3 years to federal, state or local Government or commercial entities. Information shall include the following: Name of the Organization, address of the Organization, point of contact at the Organization and the relationship to the requirements of this procurement. In regards to the description of contract work and comparability to the proposed effort, it is not sufficient to state that it is comparable in magnitude and scope. Rationale must be provided to demonstrate that it is comparable to the performance work statement. (2) The Offeror shall provide a Resume for all Key Personnel. For Non-Key Personnel, the Offeror shall provide a representation of intended attributes (Education, Training, Position Description, etc.) of personnel expected to be hired to perform the associated services. Consideration shall be given to the extent of the qualifications, capabilities, and experience of the Key Personnel and identified staffing and the extent to which the offeror has demonstrated the level of knowledge, skills, abilities and experience of the personnel they are able to provide to meet the requirements of this contract. Past Performance will be evaluated using the following adjective ratings: Low Risk: Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Moderate Risk: Some doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. High Risk: Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform he proposed effort. Unknown Risk: Little or no relevant performance record, equates to an unknown risk rating having no negative or positive evaluation significance. (C) Price: Price shall be evaluated independently and is of least importance. An analysis of the price proposal shall be conducted by the Contract Specialist to determine price reasonableness in accordance with FAR 15.305(a)(1). No adjectival rating will be applied to the price factor of this evaluation. (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 options. (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. (End of provision) 52.212-3 Offeror Representations and Certification Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. Addendum to 52.212-4: 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services; 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 within 60 days of award expiration. 52.217-9 Option to Extend the Term of The Contract; (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (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 36 months. FAR 52.246-4 Inspection of Services Fixed Price; The Government retains the rights provided in this clause. 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY; THE CLAUSE 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2011) (A) THE CONTRACTOR SHALL COMPLY WITH THE FOLLOWING FEDERAL ACQUISITION REGULATION (FAR) CLAUSES, WHICH ARE INCORPORATED IN THIS CONTRACT BY REFERENCE, TO IMPLEMENT PROVISIONS OF LAW OR EXECUTIVE ORDERS APPLICABLE TO ACQUISITIONS OF COMMERCIAL ITEMS: (1) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FEB 2009) (2) 52.233-3, PROTEST AFTER AWARD (Aug 1996) (3) 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (Oct 2004) (B) THE CONTRACTOR SHALL COMPLY WITH THE FAR CLAUSES IN THIS PARAGRAPH (B) THAT THE CONTRACTING OFFICER HAS INDICATED AS BEING INCORPORATED IN THIS CONTRACT BY REFERENCE TO IMPLEMENT PROVISIONS OF LAW OR EXECUTIVE ORDERS APPLICABLE TO ACQUISITIONS OF COMMERCIAL ITEMS: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT WITH ALT I; 52.219-14 LIMITATIONS ON SUBCONTRACTING; 52.222-3 CONVICT LABOR; 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; 52.222-50 COMBATING TRAFFICKING IN PERSONS; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION; 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; 52.233-1 DISPUTES; 52.233-3 PROTEST AFTER AWARD; 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; 52.237-3 CONTINUITY OF SERVICES; 52.242-13 BANKRUPTCY; 52.242-15 STOP-WORK ORDER; 52.243-7 NOTIFICATION OF CHANGES; 52.246-1 CONTRACT INSPECTION REQUIREMENTS; 52.253-1 COMPUTER GENERATED FORMS; 52.027-4005 EXPORT CONTRACT ACT COMPLIANCE - THE CONTRACTOR SHALL ASSESS THE WORK TO BE PERFORMED IN THIS EFFORT TO ASSURE THAT ALL ACTIONS ARE IN COMPLIANCE WITH THE EXPORT ADMINISTRATION REGULATIONS, 15 CFR PART 730 (EAR), OF THE EXPORT ADMINISTRATION ACT OF 1979, 50 U.S.C. APP. 2401-2420 (EAA). TECHNOLOGY LISTED IN THE COMMERCE CONTROL LIST (CCL), 15 CFR PART 774, OF THE EAR SHALL NOT BE EXPORTED OR EXPOSED TO FOREIGN NATIONALS WITHOUT THE WRITTEN CONSENT OF THE U.S. DEPARTMENT OF COMMERCE; THE CLAUSE 52.216 -1 TYPE OF CONTRACT - THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED PRICE CONTRACT RESULTING FROM THIS SOLICITATION. 52.252-1 Solicitation Provisions Incorporated by Reference - This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this www.usamraa.army.mil. (end provision); 52.252-2 Clauses Incorporated by Reference - 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 address: www.usamraa.army.mil. (End clause); The following DFARS clauses apply to 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2010),Paragraph (a) clause FAR 52.203-3, Gratuities, Paragraph (b) clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7006 Billing Instructions; 252.225 -7001 Buy American Act and Balance of Payment Program; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Payment; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.246-7000 Material Inspection and Receiving Report. The full FAR/DFAR information may be obtained at http://www.arnet.gov/far. All questions are due by 17 February 2011 in writing via email to erin.maddox@amedd.army.mil. Please reference control number W81XWH-11-T-0179 in the email's subject line. Quotes are due on 28 February 2011 at 9:00 a.m. E.S.T. to Erin Maddox via email to the above email or via fax to 410-436-4863. All responsible sources may submit an offer, which shall be considered by the agency. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: Contracting Office: US Army Research Acquisition Activity, Contracting Officer: Erin Maddox, Contracting Officers Technical Representative, (l) Contract Number, (2) Delivery Order Number: N/A, (3) Task Order Number, (4) Requiring Activity Unit Identification Code (UIC), (5) Command: W74DAA, (6) Contractor Contact Information, (7) Federal Service Code (FSC): R499, (8) Direct Labor Hours, (9) Direct Labor Dollars, (10) Location. The CMRA help desk number is 703-377-6199 for any technical questions. As part of its quote or offer, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period will be the period of performance not to exceed 12 months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH11T0179/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
SN02378388-W 20110213/110211234233-68680c8412acaf74d7a454f08da6d950 (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  © 1994-2020, Loren Data Corp.