Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

A -- Simulated Ambulant Lab Technology II (SALT II) Program for the Naval Health Research Center (NHRC)

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
N6311613-01-SALTII
 
Response Due
7/8/2013
 
Archive Date
8/4/2013
 
Point of Contact
Jeremy Deorsey, 5082336192
 
E-Mail Address
ACC-APG - Natick (SPS)
(jeremy.a.deorsey.ctr@mail.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. Solicitation Number: N6311613-01-SALTII Notice Type: Combined Synopsis/Solicitation (i) INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, 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. (ii) SOLICITATION TYPE: This solicitation, numbered N6311613-01-SALTII, is issued as a Request for Proposal (RFP). (iii) CURRENTNESS: The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iv) SET ASIDE: It is our intent to award as many as five blanket purchase agreements based on the results of a sources sought solicitation. The sources sought requirement will be posted via FedBizOpps for 30 days, as Full and Open due to the results of a recent Request for Information and insufficient response signifying inadequate competition for a small business set aside. (v) Contract Line Item Numbers (CLINs): Each CLIN will be dependent on individual Calls under this Blanket Purchase Agreement (BPA). (vi) DESCRIPTION OF REQUIREMENTS: Requirement: Please See Statement of Work (Attached). Contract Details The Naval Health Research Center (NHRC) will enter into a Blanket Purchase Agreement (BPA) for a three year ordering period with Firm Fixed Price (FFP) CLINs to buy against. No single call order shall exceed $500,000. This Blanket Purchase Agreement (BPA) does not obligate any funds and is not a binding contract. The Government will be obligated only to the extent that authorized BPA calls are actually made under this agreement Ordering Procedures The Contracting Officer will be Steven Streeter for calls within the Simplified Acquisition Threshold and Roberta Boswell will be the Contracting Officer for $150,000-$500,000 Calls. Each order under this agreement will be assigned a call number by Natick Contracting Division (NCD). Invoices shall reflect BPA number and call number. A call number will be associated with each delivery. The NCD point of contact is Jeremy Deorsey at (508) 233-6192 and jeremy.a.deorsey.ctr@mail.mil. All BPA calls, including those by phone or FAX, shall be documented by e-mail prior to filling order. Invoicing Monthly billing is preferred. The invoice shall include the following information below: 1.Name of supplier 2.BPA number and call number 3.Itemized list of work performed and being invoiced for (including quantity, unit price, and extended subtotals/total) 4.Date ordered and the name of the technical client 5.Date of delivery of evaluation report (sent to Naval Health Research Center SSO) The BPA holder will be required to submit an invoice and receiving report (COMBO) with approving DD250 through Wide Area Workflow (WAWF) for each BPA call delivery. An approving DD250 can be obtained from the SSO by submitting an advance copy of the invoice (before loading into WAWF) to the SSO with the following information: 1.Name of supplier 2.BPA number and call number 3.Itemized list of work performed and being invoiced for (including quantity, unit price, and extended subtotals/total) 4.Date ordered and the name of the technical client 5.Date of delivery of evaluation report (sent to NHRC SSO) Invoicing (in WAWF) must show quantity amounts at 1$ each and will be subtracted from overall BPA call order amount. (i.e. billing for $250.00 will show as 250ea @ $1). (vii) DELIVERY: The BPA holder shall ensure that delivery ticket information is included with each report delivery. All deliveries shall contain the following information: 1.Name of supplier 2.BPA number and call number 3.Itemized list of work performed and being invoiced for (including quantity, unit price, and extended subtotals/total) 4.Date ordered and the name of the technical client 5.Date of delivery of evaluation report (sent to NHRC SSO) Upon use of the BPA holder's service by the client, the client will send the BPA holder a confirmation document for acceptance of the service. The confirmation document will include the BPA Number and BPA Call Number. Delivery Requirements The BPA holder, unless otherwise directed, shall ship directly to the following address indicated in the ship to block of the BPA calls for the client unless otherwise designated during the call: Commanding Officer (Attn: Victor Hernandez) Naval Health Research Center 140 Sylvester Rd San Diego, CA 92106-3521 (619) 524-9832 victor.hernandez1@med.navy.mil. If the report scheduled for delivery is of small enough size to be sent by e-mail as an attachment (generally under 10 MB), then this is the preferred method for delivery. (viii) PROPOSAL INSTRUCTIONS: Parts of the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFP. All actions in regards to this RFP will be in accordance with FAR Part 13.303 - Blanket Purchase Agreements. (ix) EVALUATION OF PROPOSALS: The Evaluation of Proposals for this RFP will be as follows: Evaluation of Proposals: This Request for Proposals (RFP) is for a Blanket Purchase Agreement (BPA) and therefore will not evaluate pricing. Pricing and Costs will be evaluated through each individual Call under this BPA. Price reasonableness will be determined at the time of award for each Call. NHRC will establish a number of BPAs with multiple vendors to allow for maximum competitive pricing and rapid response to the needs of NHRC. Parts of the provision of 52.212-2, Evaluation -- Commercial Items, apply to this acquisition and are incorporated by reference into this Request for Proposals (RFP). Proposals will be evaluated on the following factors: Compliance with Government requirements, Technical Capabilities, and Past Performance. The factors are listed in descending order of importance. All proposals submitted shall list the names, phone numbers, and email addresses for the contractor's Authorized Sales Representative, Billing/Accounting Representative, and Government Contract Representative to be assigned to this effort. Specific Technical Evaluation Factors: The Technical Evaluation is broken down into three parts. 1.Location of Contractor's lab environment: a.The Contractor's facility shall be within a 55 mi radius of the Point Loma NHRC campus. The intent is to allow for NHRC Principal Investigators (PIs) to participate as required at the contractor's facility. 2.Contractor's Facility shall provide the following: a.The facility shall be able to re-create military scenarios that simulate situations for both during and post-deployment in the realm of Military's Medical Mission. b.The facility shall have the ability to apply a variety of controlled stressors in a realistic lab environment. These stressors include but are not limited to physical (such as light, sound, smoke, temperature, etc) and mental (such as rush, stress induced scenarios, etc.). c.The facility shall set up scenarios for a hands-on approach (ambulatory venue) and go beyond computer simulations. d.The use of special effects shall meet the intent of recreating real-world missions and scenarios. e.Contractor shall include staff that is trained to re-create required military medical scenarios in great detail by controlling and manipulating both the physical and sensory environment. f.The contractor shall be able to provide professional role players. The specifics of the professional role players will be described in the Part 3 below. g.Facility shall be approved for simulated ammunition that includes but is not limited to artillery simulators and blank ammunition. h.Creative and constructive debriefs shall occur between simulated exercises with the added benefit of watching the events of each scenario unfold. i.Custom scenarios shall be developed and custom sets must be constructed as required. j.Contractors shall provide needed media-room equipment to deliver information from a central point to those who are involved in the mission. k.Contractors shall provide any needed equipment that would be beneficial to the realism when creating and conducting the medical scenarios. l.Facility shall be able to provide realistic environments capable of testing and assessing any prototypes, rapid prototyping, and other Research and Development capabilities as required such as recreation of environments relevant to Combat Casualty Care. The contractor will not be directly performing any human subject use or other clinical trials and therefore a DHHS Federal Wide Assurance (FWA) or DoD-Navy Addendum will not be required of the contractor. Contractor must be able to adhere to all other Federally Required Regulations in the scope of this BPA. m.Facility shall be able to include customized quote mark sets quote mark to be built as required and described by the requestor for each Call. n.Contractor's venue shall be supported with current technology sufficient enough to provide meaningful documentation for the SALT II Program. i.Perspectives shall be viewed from multiple angles, including overhead viewing. ii.Facility shall have state-of-the-art digital audio and video systems that capture the scenarios for analysis in situation rooms with large screen projection. iii.The video system shall be able to display all recordings simultaneously. iv.The facility shall be able to deliver these results to designated personnel as required which will be described by the requestor for each Call. v.Users shall take away DVDs with the day's simulated scenarios downloaded for exclusive use by the client. vi.Contractor shall present findings at the client's location, if required. 3.Contractors shall provide Professional Role Players that meet the following: a.Working knowledge of scenario prior to start. b.Ability to recreate realistic injuries and wounds that includes but is not limited to Combat Wound Special Effects. i.These wounds include but are not limited to trauma make-up, props, etc. ii.The level of detail should be to the level of realistic quote mark Hollywood quote mark effects or better. iii.Types of wounds include but are not limited to weapons related injuries, Chemical, Biological, Radiological, Nuclear, or Explosive (CBRNE) related injuries, etc. c.Have the ability to perform the required roles to recreate various stressors experienced within the scope of each scenario. These stressors include but are not limited to the recreation of a traumatic scene from a Post-Traumatic Stress Disorder (PTSD) sufferer. d.Have the ability to perform common roles such as civilian interactions. e.All roles shall be unique to the given scenarios performed. f.Additional roles shall include limited-interaction roles that include but are not limited to performing as infected, amputation, and head injury patients. (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: Offerors will include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items, with this offer. (xi) STANDARD TERMS & CONDITIONS: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation. (xii) ADDITIONAL TERMS & CONDITIONS: The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.223-3 Convict Labor JUNE 2003 52.222-19 Child Labor - Cooperation with Authorities & Remedies JULY 2010 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 JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JULY 2002 52.233-3 Protest After Award AUG 1996 52.242-15 Stop-Work Order AUG 1989 52-243-1 Changes- Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.235-7002 Animal Welfare DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.212-7001 DEVIATION Contract Terms & Conditions MAR 2011 5152.232-7003 Invoicing Instructions and Payment (WAWF Instructions) 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 address: http://farsite.hill.af.mil/farsite_alt.html (xiii) SUBMISSION OF PROPOSALS: Proposals shall be submitted electronically to Jeremy Deorsey at NCD via jeremy.a.deorsey.ctr@mail.mil. All proposals shall be submitted by 5:00pm Eastern Time on 08 July 2013. **Proposals will only be accepted electronically via the email address provided above. (xiv) QUESTIONS: Questions regarding this acquisition may contact Jeremy Deorsey at the above listed email address. Additional Info: US Army Contracting Command - APG - Natick Contracting Division Contracting Office Address: Army Contracting Center - Aberdeen Proving Ground, ATTN: CCRD-NA-SY, Natick Contracting Division Building 1, Kansas Street, Natick, MA 01760-5011 Point of Contact(s): Jeremy Deorsey; jeremy.a.deorsey.ctr@mail.mil; (508) 233-9162
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97bc2b5220890e730296138582311f26)
 
Record
SN03080424-W 20130607/130606000851-97bc2b5220890e730296138582311f26 (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.