Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

A -- Scientific, Technical, Administrative, & Logistical Support for the Armed Forces Medical Examiner System (AFMES)

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-16-R-0021
 
Archive Date
12/16/2016
 
Point of Contact
Samantha L. Connors, Phone: 301-619-6979
 
E-Mail Address
samantha.l.connors.civ@mail.mil
(samantha.l.connors.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USAMRAA, in support of AFMES, intends to solicit for scientific, technical, administrative and logistical support services. This acquisition shall be a total small business set-aside. A single indefinite-delivery indefinite-quantity (IDIQ) contract will be competitively awarded using the procedures at FAR Part 15, Contracting by Negotiation. This IDIQ contract will result in task orders to provide the required support services to AFMES at Dover Air Force Base. The anticipated ordering period is five (5) years. The NAICS code for this procurement is 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a small business size standard of 1,000 employees. The Product Service Code (PSC) is AN12 - R&D: Biomedical-Exploratory Development. Task orders resulting from this IDIQ contract may be either firm-fixed-price (FFP) or cost-plus-fixed-fee (CPFF), depending on commerciality determinations to be made at the task order level. Because of the possibility of CPFF task orders, all Offerors shall have an acceptable accounting system as defined in DFARS 252.242-7006, Accounting System Administration, prior to the solicitation close date. All prime Contractors must have an approved purchasing system in accordance with FAR Part 44. The Offeror shall provide evidence of its accounting system being adequate in accordance with FAR 16.301-3 and 16.306, and in compliance with FAR Part 31 Contract Cost Principles and Procedures. Evidence in the form of (a) Third party audited financial statements to include audit of accounting system and methods, (b) Current Defense Contract Audit Agency (DCAA) cost accounting system audit report, or (c) Current certified DCAA Standard Form 1408 shall be accepted. Self-certification or unsubstantiated statements of possessing an adequate accounting system is insufficient and may render the Offeror's proposal ineligible for award. Small business subcontracting plans are not required in accordance with FAR 19.702(b)(1). This acquisition encourages subcontracting or teaming arrangements IAW FAR 19.702 and the quote mark prime Contractor will afford the opportunity to other small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses concerns the maximum practicable opportunity to participate in contract performance consistent with its efficient performance. The subcontracting efforts for this requirement will be strictly enforced to ensure that 50% or more of the efforts will be performed by the prime contractor(s) IAW FAR 52.219-14, Limitation on Subcontracting. Award of this contract will be made on a competitive basis, using a best-value trade-off process among cost/price and non-cost/price factors. Thus, the Government may elect to award to other than the lowest priced Offeror, or other than the Offeror with the highest rated non-cost/price proposal. Past Performance will be evaluated independently from the other non-price evaluation factors using different standards. The evaluation factors are listed below in descending order of importance. Factor 1 - Management Capabilities, Factor 2 - Experience, Factor 3 - Technical Approach, Factor 4 - Past Performance, Factor 5 - Cost/Price. Anticipated Solicitation Release Date - 15 July 2016 Offerors wishing to submit a proposal are responsible for downloading their own copy of the request for proposals (RFP) and for frequently monitoring this site for any amendments. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposals specified on the solicitation may render the offeror ineligible for award. Any questions or comments must be submitted in writing via email at SAMANTHA.L.CONNORS.CIV@MAIL.MIL. AMENDMENT DATED 29 JUNE 2016: ANTICIPATED SOLICITATION RELEASE DATE CHANGED FROM 06 JULY 2016 TO 15 JULY 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-16-R-0021/listing.html)
 
Place of Performance
Address: Armed Forces Medical Examiner System (AFMES), Dover Air Force Base, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN04165985-W 20160701/160629234851-3325447f020c8b2a0f169a765c8d520f (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.