Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

L -- Accreditation Fees for Animal Testing Laboratory

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-11-T-0285
 
Response Due
8/29/2011
 
Archive Date
10/28/2011
 
Point of Contact
Pamela W. Owens, 706 787 0293
 
E-Mail Address
Southeast Regional Contracting Office
(pamela.w.owens@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. The solicitation number is W91YTV-11-T-0285. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 Effective 04 Aug 2011. The North American Industry Classification System (NAICS) Code for this procurement is: 541690. Small Business Size Standard is $7.0. This requirement is unrestricted. The U.S. Army Medical Command, Eisenhower Army Medical Center, Fort Gordon, Georgia has a requirement for the following: CLIN 0001: AAALAC Annual Accreditation in accordance with (IAW) Army Regulation 40-33 The Care and Use of Laboratory Animals in DoD Programs, for the period October 1, 2011 - September 30, 2012. Quantity: 1 year fee. Unit price: ___________________________ Total Amount: __________________ CLIN 1001: Option Year 1 AAALAC Annual Accreditation in accordance with (IAW) Army Regulation 40-33 The Care and Use of Laboratory Animals in DoD Programs, for the period October 1, 2012 - September 30, 2013. Quantity: 1 year fee. Unit price: ___________________________ Total Amount: __________________ CLIN 2001: Option Year 2 AAALAC Annual Accreditation in accordance with (IAW) Army Regulation 40-33 The Care and Use of Laboratory Animals in DoD Programs, for the period October 1, 2013 - September 30, 2014. Quantity: 1 year fee. Unit price: ___________________________ Total Amount: __________________ CLIN 3001: Option Year 3 AAALAC Annual Accreditation in accordance with (IAW) Army Regulation 40-33 The Care and Use of Laboratory Animals in DoD Programs, for the period October 1, 2014 - September 30, 2015. Quantity: 1 year fee. Unit price: ___________________________ Total Amount: __________________ CLIN 4001: Option Year 4 AAALAC Annual Accreditation in accordance with (IAW) Army Regulation 40-33 The Care and Use of Laboratory Animals in DoD Programs, for the period October 1, 2015 - September 30, 2016. Quantity: 1 year fee. Unit price: ___________________________ Total Amount: __________________ Total Order (for base and all option years) ______________________________ This solicitation must be quoted all or none. Services to: U S Army Medical Command, Eisenhower Army Medical Center, ATTN: Ms. Barbara Lofton, Building 300 Hospital Road, Fort Gordon, Georgia 30905-5650. FOB Destination. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) paragraph (a) through (l) apply to this acquisition. Addendum to 52.212-1 (m) All responsible sources should submit a quote to ATTN: Pamela Owens, Contract Specialist via fax at 706 787-6573 or e-mail: pamela.w.owens@us.army.mil by 5:00 pm EST, August 29, 2011. For information regarding this solicitation you may contact Pamela Owens, Contract Specialist via phone: 706 787-0293 or by e-mail. (n) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of Addendum to 52.212-1) The following provisions are incorporated by reference: 52.211-6 Brand Name or Equal (Aug 1999); 52.214-34 Submission of Offers in the English Language (April 1991); and 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran Certification (Sep 2010). The following provisions are incorporated in full text: 52.252-1 Solicitation Provisions 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): www.arnet.gov/far www.dtic.mil/dfars www.farsite.hill.af.mil (End of Provision) 52.252-5 Authorized Deviations in Provisions (Apr 1984) a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 252.225-7000 Buy America Act-Free Trade Agreement-Balance of Payments Program Certificate (Dec 2009) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) (End of Addendum to 52.212-1) The provisions at FAR 52.212-2 Evaluation Commercial Items (Jan 1999) apply to this solicitation. Addendum to FAR 52.212-2 (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. The following factors shall be used to evaluate offers: An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors, as determined by the end user. Technical ability of offeror to meet the requirement will be in accordance with AAALAC Accreditation requirements in Army Regulation 40-33 The Care and Use of Laboratory Animals in DoD Programs. Offerors must keep their prices firm for 60 days from release of this RFQ. (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). (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 Addendum to 52.212-2) Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (AUG 2009) and Alternate I (May 2011) with their offer. FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) paragraph (a) through (t) applies to this acquisition. Addendum to 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. End of Adendum to 52.212-4 The following stand alone discretionary FAR and DFARS Clauses are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011); 52.222-3, Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.225-1 Buy American Act -Supplies (Feb 2001); 52.225-2 Buy America Act Certificate; 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-18 Availability of Funds (Apr 1984); 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.233-3 Protest After Award (Aug 1996); and 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 53.237-3 Continuity of Services (Jan 1991); 52.247-34 FOB Destination. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7000 Disclosure of Information (Dec 1991); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.232-7010 Levies on Contract Payments (DEC 2006); and 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following clauses are incorporated in full text: 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 within 30 days before contract expires. (End of Clause) 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 within 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years. (End of Clause) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract. The Government's obligation for performance of this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 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): www.arnet.gov/far www.dtic.mil/dfars www.farsite.hill.af.mil (End of Clause) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009) (a) Definition. "Covered DoD official," as used in this clause, means an individual that- (1) Leaves or left DoD service on or after January 28, 2008; and (2)(i) Participated personally and substantially in an acquisition as defined in 41 U.S.C. 403(16) with a value in excess of $10 million, and serves or served- (A) In an Executive Schedule position under subchapter II of chapter 53 of Title 5, United States Code; (B) In a position in the Senior Executive Service under subchapter VIII of chapter 53 of Title 5, United States Code; or (C) In a general or flag officer position compensated at a rate of pay for grade O-7 or above under section 201 of Title 37, United States Code; or (ii) Serves or served in DoD in one of the following positions: program manager, deputy program manager, procuring contracting officer, administrative contracting officer, source selection authority, member of the source selection evaluation board, or chief of a financial or technical evaluation team for a contract in an amount in excess of $10 million. (b) The Contractor shall not knowingly provide compensation to a covered DoD official within 2 years after the official leaves DoD service, without first determining that the official has sought and received, or has not received after 30 days of seeking, a written opinion from the appropriate DoD ethics counselor regarding the applicability of post-employment restrictions to the activities that the official is expected to undertake on behalf of the Contractor. (c) Failure by the Contractor to comply with paragraph (b) of this clause may subject the Contractor to rescission of this contract, suspension, or debarment in accordance with 41 U.S.C. 423(e)(3). (End of clause) DFARS 252.204-7008 Export Controlled Items (Apr 2010) a) Definition. "Export-controlled items," as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) "Items," defined in the EAR as "commodities", "software", and "technology," terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended; (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts.(End of clause) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2011) Deviation See Clause 52.252-2 for location to retrieve this clause. (End of clause) WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Contractor shall submit payment request using the Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) DFAS POC and Phone: CUSTOMER SERVICE 1-888-332-7366 WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0490 DFAS - INDY VP GFEBS 8899 E. 56th Street Indianapolis, IN 46249-3800 Phone: 1-888-332-7366 Fax: 1-877-701-5069 (Same as block 18a of your purchase order/contract). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) _X__ Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: W33BWP ACCEPT BY DODAAC: W33BWP SHIP TO DODAAC: W33BWP LOCAL PROCESSING OFFICE DODDAC: N/A PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: Ms. Barbara Lofton, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: barbara.lofton@us.army.mil, Phone: 706 787-2955 ACCEPTOR: Ms. Barbara Lofton, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: barbara.lofton@us.army.mil, Phone: 706 787-2955 RECEIVING OFFICE POC: Ms. Barbara Lofton, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: barbara.lofton@us.army.mil, Phone: 706 787-2955 CONTRACT ADMINISTRATOR: Pamela.w.owens@us.army.mil CONTRACTING OFFICER: Gloria.brogsdale@us.army.mil ADDITIONAL CONTACT: Pamela W. Owens Tel: 706-787-0293 E-mail: Pamela.w.owens@us.army.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2011) Deviation applies to this acquisition. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-11-T-0285/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02543969-W 20110824/110822235138-d25ba525411b552f0830f8595a78ee7a (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.