Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
DOCUMENT

88 -- Consultant Veterinary Medical Officer (CVMO) - Attachment

Notice Date
6/13/2012
 
Notice Type
Attachment
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26212Q0948
 
Response Due
6/25/2012
 
Archive Date
10/2/2012
 
Point of Contact
Ashante Booker
 
E-Mail Address
6-2211<br
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Veterans Affairs, Network Contracting Office (NCO), on behalf of the VA Long Beach Healthcare System, is contemplating a single contract award for a base with four (4), one (1) year option periods to fulfill the advisory and assistance service requirement as described by this Combined Synopsis/Solicitation. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1.SCOPE OF WORK: Contractor shall provide one (1) experienced and licensed veterinarian to serve as a Consultant Veterinary Medical Officer of the Research & Development Department at the VA Long Beach Healthcare System, 5901 E. Seventh Street, Long Beach, CA 90822. The veterinarian will provide diagnostic and treatment care of sick animals to include emergency calls on an "as needed" basis. The veterinarian will also provide professional guidance and instruction concerning the design and operation of the VA animal facility for all research and development programs using animal subjects, and; will make recommendations to VA management and principal investigators necessary to achieve compliance with all relevant and applicable animal welfare laws, regulations, and policies. 2.PRINCIPAL DUTIES AND RESPONSIBILITIES: To act as a Consultant Veterinary Medical Officer (CVMO) in providing clinical support for laboratory animals used in biomedical research and, to ensure the program of animal care and animal use meets all federal regulations and guidelines that are applicable. Duties are broken down as follows: a. Approximately 40% - making recommendations on new animal study proposals and attending animal research committee meetings on a bi-weekly basis, as mandated by VHA handbook. b. Approximately 40% - making bi-weekly visits to animal storage areas to make sure logs are completed, room temperature is adequate, areas are clean, and animals are well taken care of. c. Approximately 20% - care of sick animals, if any, when needed. 3.TECHNICAL AND ADMINISTRATIVE RESPONSIBILITES: The veterinarian must be able to provide the following services: (a) Analyze necessary resources: staffing, space, and equipment; identify hazardous situations; and, ensure adequate veterinary care is provided to all animals. (b) Ensure that Research staff is educated in the use of proper personal protective equipment (PPE). (c) Train all Research personnel on the proper procedures for the handling and restraint of relevant species to minimize the risk of injury to personnel and/or animals. (d) Assist with policy development and implementation for procedures that minimize risk for all personnel working in the Veterinary Medical Unit (VMU). (e) Review animal vendor's health reports, using established criteria, to help find reliable sources of disease-free laboratory animals. (f) Plan and implement strategies to prevent infectious agents from entering facility. (g) Implement a plan of disease surveillance within the animal facility to prevent the introduction of disease and to detect disease as soon as possible to minimize the impact on animal health and research projects. (h) Provide treatment and care of animals that require medical attention. (i) Provide guidance on proper surgical and post-operative measures taken to encourage a rapid recovery from anesthesia. (j) Provide consultations with Research staff to determine the most suitable animal model for achieving desired research goals. (k) Assure use of laboratory animals is consistent with humane principles by utilizing procedures that will minimize pain and distress to the animals. (l) Support collaborative research on laboratory animal science or biomedical research topics of interest with local peers and managers inside the VA agency. (m) Advise local manager on important issues that affect animal research policies in the facility. (n) Serve on Subcommittee on Animal Safety (SAS) and Institutional Biosafety Committee (IBC). (o) Interact with a wide range of individuals such as Safety Officers, VA Police, Radiation Safety Officers, Research administrators and personnel. (p) Interact with a variety of regulatory and accrediting officials to coordinate effective animal care and use program. (q) Assist in writing a Program Description for Accreditation. (r) Ensure compliance of the facility to the guidance adopted by the Food and Drug Administration (FDA), known as The Guide. (s) Provide guidance to facility and administration to ensure accreditation of the facility is maintained. (t) Participating in mandated semi -annual the Institutional Animal Care and Use Committee (IACUC) inspections of animal facilities and animal care and research use program. (u) 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. (v) 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, U.S. Department of Agriculture (USDA) Annual Reports (to be signed by the IO), and annual VA VMU reports. (w) Serving as a member of the Biosafety Committee as a liaison to the IACUC, if requested by the ACOS for R&D. (x) Contributing to the promotion of favorable community and affiliate relations and increased public appreciation of the importance of animal studies in improving patient care. (y) Participating in VA initiatives that contribute to improved animal research support of R&D programs throughout the VA health care system. (z) Assisting the IACUC and principal investigators with special projects of system-wide importance 4.CONTRACTOR QUALIFICATIONS: Contractor is required to submit sufficient evidence that they are capable of meeting the requirements of the solicitation by submitting the following: a. Copy of current license valid in the state of California. b. A complete resume/Curriculum Vitae (CV) documenting all experience, training and jobs held that relate to the requirements of this solicitation (a minimum of 2 years experience is required). c. References: A minimum of 3 references is required. Provide the name, address, phone number, e-mail address and a list of the duties performed for each reference. 5.NORMAL WORK DAYS& HOURS: The veterinarian shall perform an estimated 300 hours per month as assigned, or as needed. Times and days will be mutually agreed upon by the Veterinarian and the Contracting Officer's Technical Representative (COTR) during the work hours of 7:30 a.m. and 5:00 p.m., Monday through Friday, excluding holidays. As future needs increase, it may become necessary to modify this contract, via a Supplemental Agreement, to increase the number of scheduled hours. An increase in usage will be determined prior to the issuance of a Supplemental Agreement to increase the contract work time. 6.OTHER THAN NORMAL WORK DAYS & HOURS: On occasion it may be deemed necessary for the veterinarian to provide services on weekends or during a holiday. These services will be provided on an as-needed basis. Hours worked during other than normal work days and hours must be pre-approved by the COTR and billed for under a separate, pre-authorized obligation at the hourly rate agreed to by the COTR and the veterinarian. 7.GOVERNMENT NATIONAL HOLIDAYS: The ten national holidays observed by the Federal Government are as follows: January 1stNew Years Day Third Monday in JanuaryMartin Luther King Jr. Day Third Monday in FebruaryPresident's Day Last Monday in MayMemorial Day July 4thIndependence Day First Monday in SeptemberLabor Day Second Monday in OctoberColumbus Day November 11thVeteran's Day Fourth Thursday in NovemberThanksgiving December 25thChristmas Also, any other day specifically declared by the President of the United States to be a national holiday. When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government agencies. 8.REPORTING: Contractor's veterinarian shall report in person to the Research & Development (R&D) Department - Bldg. 162, Room 115 for attendance to R&D Subcommittee on Animal Studies (SAS) meetings; and to the Veterinary Medical Unit (VMU), Bldg. 138 Loading Dock, to perform examination of incoming animals and to sign-in and sign-out. 9.BADGES: Contractor's personnel are required to wear an I.D. badge during the entire time he/she is on the VA Long Beach Healthcare Systems grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. 10.MONITORING: The Contracting Officer's Technical Representative (COTR) will monitor the veterinarian's performance in order to insure compliance with the requirements of the contract. The Contracting Officer's Administrative Representative (COAR) will monitor the veterinarian's working hours and the Contractor's invoices to insure payment is made to the Contractor in compliance with the requirements of the contract. 11.DELEGATION OF AUTHORITY: A Delegation of Authority, explaining the capacity of authorized duties of the COTR and the COAR on behalf of the Contracting Officer, shall be submitted to the Contractor, under separate letterhead, after award of contract. 12.BREAKS & LUNCHES: The Veterinarian's break and lunch periods are to be coordinated with the COTR so as not to affect animal care. 13.QUALITY ASSURANCE: The contract veterinarian shall be subject to the same quality assurance standards as established by the Association for Assessment and Accreditation of Laboratory Animal Care International AAALAC. The veterinarian shall perform services in accordance with ethical, professional and technical standards of the veterinary industry. Contractor's veterinarian shall be technically proficient in the skills necessary to include the ability to speak, understand, read and write English. Contractor's veterinarian shall be responsible for compliance with all procedures in accordance with applicable VA Healthcare System written policies and procedures. The VA Healthcare System guidelines include agency policies and regulations, precedents, technical references, professional journals, laboratory operating procedures, methodology manuals and regulatory agency requirements. The guidelines often do not have adequate or complete information to deal with more complex and unusual problems. 14.RECORD KEEPING SYSTEM: VA Medical Center has established and will maintain a record keeping system for verification of actual hours worked by the Contractor's personnel each day. Payment will be made only for actual hours in which services are rendered. Contractor will be required to sign-in and sign-out utilizing the time sheets provided by the Research & Development Department. Verification of actual hours worked is subject to approval by the COTR. Invoices must be accompanied with copies of VA verified time sheets. 15.INVOICE AND PAYMENT: Payment to be made monthly, in arrears. Contractor shall submit original invoice, addressed to: Department of Veterans Affairs Finance Services Center P.O. Box 149971 Austin, TX 78714 The invoice MUST be itemized to include the following information. An invoice that does not provide the information listed below will render that invoice incomplete and the invoice will be returned for immediate correction. (a) Time period being invoiced. (b) Description of services, dates, and hours worked. (c) Unit Cost billed. (d) Extended amount due. (e) Invoice number, date, and, (f) Contract and Obligation number. 16.SUBSTITUTION OF KEY PERSONNEL: One (1) candidate will be selected to serve as the primary veterinarian. The Contractor shall not provide a substitute for the primary personnel unless necessitated by illness, death, vacation, contract termination, or unless pre-approved by the COTR. All proposed substitute personnel shall be fully qualified, and provide the necessary documentation to the COTR for his/her approval, prior to reporting on-site for work. The Government's COTR reserves the right to reject any of the Contractor's personnel and refuse them permission to work with VA equipment and/or animals if they are determined not to be fully qualified, documentation has not been submitted, or approval was not obtained for the personnel to provide needed services. 17.REFUSAL OF CONTRACTOR'S PERSONNEL: The Government reserves the right to refuse acceptance of ANY contract personnel whose personal or professional conduct jeopardizes animal care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include, but are not limited to, intoxication, debilitation resulting from drug use, theft, animal abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by staff members or designated Government representatives. Standards for conduct shall mirror those prescribed by current Federal Personnel Regulations. In the event the Contractor's Personnel are involved and/or named in a validated complaint, the Government reserves the right to refuse acceptance of services of such personnel. This does not preclude refusal in the event of incidents involving physical or verbal abuse. The final arbiter on questions of acceptability is the Contracting Officer. 18.PERSONNEL POLICY: The Contractor shall be responsible for providing the following protection for his/her personnel assigned to furnishing services under this contract: (a) worker's compensation (b) professional liability insurance (c) health examinations (d) income tax withholding, and (e) social security payments The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. 19.FIRE ALARM TRIP CHARGES: A fee will be assessed against any outstanding invoice, or collected from the Contractor, when Contractor or subcontract personnel trip a fire alarm due to negligence, fault, or failure to properly coordinate and request a system shutdown. This fee is necessary to defray the cost of VA personnel responding to the false alarm; disruption of Medical Center operations; false alarm response and/or fines imposed by the Fire Department; and any other costs incurred by the Medical Center as a result of the false alarm. The amount of the penalty will be determined once all costs chargeable to the incident have been accrued. 20.TYPE OF CONTRACT: This contract represents a firm-fixed price indefinite quantity/indefinite delivery contract. Services performed outside the scope of this contract are not authorized and will not be paid. PRICE/COST SCHEDULE ITEM QTY UNIT PRICE NO. 1. BASE 300.00 HR ___________________ ____________________ 2.OY 1 300.00 HR ___________________ ____________________ 3.OY 2 300.00 HR ___________________ ____________________ 4.OY 3 300.00 HR ___________________ ____________________ 5.OY 4 300.00 HR ___________________ ____________________ ____________________ GRAND TOTAL --- ==================== DELIVERY SCHEDULE ITEM QTY DATE OF DELIVERY 1.BASE 300.0007/01/2012 - 06/30/2013 2.OY 1 300.0007/01/2013 - 06/30/2014 3.OY 2 300.0007/01/2014 - 06/30/2015 4.OY 3 300.0007/01/2015 - 07/01/2016 5.OY 4 300.0007/02/2016 - 07/01/2017 -C.1 52.217-2 CANCELLATION UNDER MULTIYEAR CONTRACTS (OCT 1997) -C.2 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) -52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) -52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) -52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) -52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2012) -52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). - 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). -52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) -52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (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. (Dec 2010) (31 U.S.C. 6101 note). -52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) -52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). -52.222-3, Convict Labor (June 2003) (E.O. 11755). -52.222-21, Prohibition of Segregated Facilities (Feb 1999). -52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). -52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). -52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). -52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). -52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). -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). -52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). -52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). -52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). -52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). -52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunity. -52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). -52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). -52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). -52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. -52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). -52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). -52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). -52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). -52.222-54, Employee Eligibility Verification (JAN 2009). -52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. -52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. -52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Submission #1: One copy of the Offeror's solicitation offer with all fill-ins completed through Microsoft Word and all required documents attached must be submitted and received by email electronically by the due date and time specified on the Standard Form 1449 block 8 to the Contracting Officer ashante.booker@va.gov. The first submission is required by email. Submission #2: Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation via standard mail to the address specified on the Standard Form 1449 block 15. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW, Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: FACTOR I-- TECHNICAL: SUB-FACTOR 1: Current license verification as issued by the California Veterinary Medical Board. SUB-FACTOR2: demonstration of General Commercial Liability Insurance. SUB-FACTOR 3: Five (5 ) years of recent experience implementing compliance measures at a Federal Research Facility using guidance and recommendations as adopted by the Food and Drug Administration (FDA), known as "The Guide". SUB-FACTOR 4: Five (5) years of recent experience in a leadership capacity when required to prepare a Federal Research Facility for Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC), international accreditation site visits, and compliance visits by regulatory agencies. SUB-FACTOR 5: Five (5) years recent experience developing regulatory documents for compliance with applicable regulations, guidelines, and policies at a Federal Research Facility. Including but not limited to AAALAC Program Descriptions; Public Health service (PHS) Assurance documents; U.S. Department of Agriculture (USDA) Annual Reports (to be signed by the VA Information Officer (IO); and annual VA specific Veterinary Medical Unit reports. FACTOR II-- PAST PERFORMANCE: A complete resume/Curriculum Vitae (CV) documenting all experience, training and jobs held that relate to the requirements of this solicitation. At a minimum, the Contractor's CV shall demonstrate the following: SUB-FACTOR 1: Five (5) years of recent experience implementing compliance measures at a Federal Research Facility using guidance and recommendations as adopted by the Food and Drug Administration (FDA), known as "The Guide". SUB-FACTOR 2: Five (5) years of recent experience in a leadership capacity when required to prepare a Federal Research Facility for Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC), international accreditation site visits, and compliance visits by regulatory agencies. SUB-FACTOR 3: Five (5) years recent experience developing regulatory documents for compliance with applicable regulations, guidelines, and policies at a Federal Research Facility. Including but not limited to AAALAC Program Descriptions; Public Health service (PHS) Assurance documents; U.S. Department of Agriculture (USDA) Annual Reports (to be signed by the VA Information Officer (IO); and annual VA specific Veterinary Medical Unit reports. SUB-FACTOR 4: A minimum of 3 references is required. Provide the name, address, phone number, e-mail address and a list of the duties performed for each reference. FACTOR III-PRICE: Technical and past performance, when combined, are EQUALLY AS IMPORATANT AS 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). (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. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (APR 2012) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.225-25PROHIBITION ON CONTRACTING WITHNOV 2011 ENTITIES ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN- 52.232-38REPRESENTATION AND CERTIFICATION SUBMISSION OF ELECTRONIC FUNDS TRANSFERMAY 1999 INFORMATION WITH OFFER
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212Q0948/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-12-C-0093 VA262-12-C-0093.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=363889&FileName=VA262-12-C-0093-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=363889&FileName=VA262-12-C-0093-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA LONG BEACH HEALTHCARE SYSTEM;5901 E. 7TH STREET;LONG BEACH, CA;VMU DEPT.
Zip Code: 90822
 
Record
SN02774504-W 20120615/120613235408-fe78fe659a74ccc823e9ec24ad4da42a (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.