Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

R -- WA-OLYMPIA FHC-IDIQ LAB SERVICES

Notice Date
12/6/2017
 
Notice Type
Sources Sought
 
NAICS
541940 — Veterinary Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
140F0118Q0016
 
Response Due
12/20/2017
 
Archive Date
1/4/2018
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this unrestricted requirement can (other than sole sourced). The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror ¿s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 541940 Veterinary Services Small Business Size Standard: $7.5 Million Product and Service Code (PSC): R416 Veterinary and Animal Care Services GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price to provide Aquatic Animal Disease Testing Services. The FWS will require that the partner laboratory conduct testing for the Service for objectives described below under 1.3 under either ISO 17025 or American Association of Veterinary Laboratory Diagnosticians (AAVLD) accreditation. Accreditation is necessary to insure the reliability of test results, to meet evolving regulatory and agency requirements, and to align with a nationwide effort by the FWS to do all aquatic animal disease testing in accredited laboratories. The FWS will also require custom IT support that will enable us to use accession sheets and to receive reports and data exports in formats suitable for the Service's work. In addition, the FWS will require that the partner laboratory work with the PRFHP to develop a training program that will ensure that FWS and partner laboratory personnel collaborate, interact and problem solve in face to face meetings held both at the laboratory and at FWS facilities. 1.3Objectives: 1.3.1Inspection testing for specific aquatic animal pathogens using AFS-FHS Blue Book protocols performed under ISO 17025 or American Associated of Veterinary Diagnostic Laboratories (AAVLD) accreditation. 1.3.2Diagnostic testing for aquatic animal diseases using Blue Book, OIE, or peer-reviewed methods performed under ISO 17025 or American Associated of Veterinary Diagnostic Laboratories (AAVLD) accreditation. 1.3.3Accredited experts (veterinary pathologists, microbiologists, etc.) to assist with the interpretation of test results and diagnosis. 1.3.4Custom IT support for accession forms, reporting, and data export to FWS systems. 1.3.5A training program that will include lab personnel spending time in the field with FWS fish health professionals and FWS fish health professionals spending time in the lab. 1.3.6Technical support for service activities requiring a specialized knowledge of laboratory testing methods and interpretation. 1.3.7Archiving of isolates and histologic specimens for further study. Sharing isolates with partners (e.g. IHNV samples to the USGS). The proposed period of performance is anticipated to start on or about April 1, 2018 and shall be for one (1) Base Year of 12 months and two (2) 24-month renewal options. CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information to provide Aquatic Animal Disease Testing Services. Firms shall provide no more than five (3) projects. Each project shall have a final contract value greater than $25,000 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to provide Aquatic Animal Disease Testing Services listed under "GENERAL INFORMATION." INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm ¿s responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled "CAPABILITIES." 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government's project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PDT) on December 20, 2017. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0118Q0016/listing.html)
 
Record
SN04758372-W 20171208/171206230949-0644d4bfa073766b75e5796f4361d861 (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.