Animal Health Monitoring
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Aug 15, 2022 03:24 pm EDT
- Original Date Offers Due: Aug 30, 2022 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 14, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
- NAICS Code:
- 541380 - Testing Laboratories
- Place of Performance: Bethesda , MD 20814USA
Description
COMBINED SYNOPSIS/SOLICITATION
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with FAR Subpart 12.6,
Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the
only solicitation; Quotes are being requested and no other solicitation will be issued. The solicitation number is
W81XWH22R0094.
The solicitation is issued as a Request for Quote (RFQ). Provisions and clauses in effect through Federal Acquisition
Circular 2021-02 are incorporated. It is the offeror’s responsibility to be familiar with the applicable clauses and
provisions. The clauses may be accessed in full text at: https://www.acquisition.gov/far/.
The NAICS Code is 541380, with a small business size standard of $16.5 million. The requirement is full and open
with no set-aside restrictions.
The contract shall be a single award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with an ordering period
of five (5) years. All services to be ordered under this contract shall be set forth in individual task orders. The base
contract will not be funded. Funds will be obligated on task orders written against this contract.
CONTRACT CEILING
(a) All services to be ordered under this contract shall be set forth in each individual delivery/task orders. All
delivery/task orders will be issued in accordance with the provisions Ordering 52.216-19, Order Limitation, and
52.216-22, Indefinite Quantity.
(b) IDIQ Minimum Guarantee: The minimum guarantee is $414,000.00 over the life of the contract. The anticipated
maximum ceiling amount for this requirement is $1.1M for the entire ordering period.
(c) The anticipated maximum quantity for the award under this solicitation is 1259 units per year or 6295 for the 5
year Period of Performance. The maximum quantity shall not be construed as an obligation of the Government or
guaranteed tasking value.
SOW TASK Description Esitmated Max 5 years
2.1.4, 2.2.4, 2.3.4 Fur mite PCR assay 250
2.2 Gerbil Comprehensive PCR Panel 30
2.1.1 Mouse Assessment Serology Panel 340
2.1 Mouse Comprehensive PCR Panel 650
2.1 Mouse Prevalent PRIA PCR Panel 600
2.1.4, 2.2.4, 2.3.4 P. Carinii PCR assay 250
2.1.4, 2.2.4, 2.3.4 Pinworm PCR assay 250
2.2.1 Rat Assessment Serology Panel 340
2.2 Rat Comprehensive PCR Panel 450
2.2 Rat Prevalent PRIA PCR Panel 800
10.5 clinical chemistry (other species - optional) 5
10.5 clinical hematology (other species - optional) 5
9 Cell Lines and Research Biologics Testing for
Rodent Infectious Agents 5
10 Macaque CBC 400
10 Macaque Clinical Chemistry 400
3 Macaque fecal PCR panel (Sal, Shig, Campy, Yers)/parasitology 400
3 Macaque tracking panel (serology) 400
3 Simian Culture for Sal/Shig/Yersinia 400
4 Ferret Health Surveillance 200
4 Zebrafish Health Surveillance PCR Panel 40
10.3 coagulation parameter testing (optional) 5
10.4 urine analysis (optional) 5
5 rabbit health surveillance 5
3 parasitology testing (any species) 40
ESTIMATED MAXIMUM BASE AND OPTIONS 6295
ESTIMATED MAXIMUM ONE YEAR 1259
ORDERING PERIOD
Base Period – 03 December 2022 – 02 December 2023
Option Period 1 – 03 December 2023– 02 December 2024
Option Period 2 – 03 December 2024 – 02 December 2025
Option Period 3 – 03 December 2025 – 02 December 2026
Option Period 4 – 03 December 2026 – 02 December 2027
AVAILABLE AND ALLOTTED FUNDS
The Base Contract is not funded. Funds will be obligated on Task Orders written against this contract. Some orders under this contract may be incrementally funded pursuant to the Limitation of Government's Obligation clause 252.232-7007. If the order is incrementally funded, the FAR clause will be included on each order, as applicable.
SPECIAL CONTRACT REQUIREMENTS
1. TASK ORDER PERIOD OF PERFORMANCE
All task orders issued under this IDIQ during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the individual task order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that task order to the same extent as if the order were completed during the contract’s effective period.
2. TASK ORDER PROCEDURES:
2.1 All task orders issued under this contract shall abide by terms and conditions outlined within the base contract. Each task order shall contain the final negotiated terms and conditions regarding price, performance, delivery, and other relevant factors.
2.2. The Government will award Firm Fixed Price Task Orders under this contract. All costs associated with preparation, presentation, and/or discussion/negotiation of the Contractor’s order proposal shall not be directly charged to this contract or any order placed under this contract. The Contractor is responsible for determining the most appropriate method for recovering such costs based on its standard accounting practices.
2.3 Competition: Not applicable this is a single award IDIQ contract.
The Task Order Proposal Request (TOPR): The TOPR will identify the specific task or group of tasks denoted in PWS of the Contract to be performed by the Contractor.
2.4. Contractor Proposals. Offeror submitting task order proposals shall submit the proposal in two parts – a technical proposal and a cost/price proposal. Both proposals must be submitted in Microsoft Office Word and Excel and/or Adobe Acrobat (.pdf) formats to the contract specialist assigned to the requirement as identified in the solicitation issued for individual requirement.
2.5 Technical Proposal. Specific requirements for submission of technical proposals will be described in the solicitation issued for individual requirements.
2.6 Cost/Price Proposal. Specific requirements for submission of cost/price proposals will be described in the solicitation issued for individual requirements.
2.7 Contract Points of Contact:
2.7.1 Contracting Officer:
USA Medical Research Acquisition Activity
ATTN: Ms. Jennifer McMurry
820 Chandler Street
Fort Detrick, MD 21702-5014
Phone: 301-619-2063
Email: jennifer.m.mcmurry.civ@health.mil
2.7.2. Contract Specialist:
USA Medical Research Acquisition Activity
ATTN: Ms. Dawn Albertini
820 Chandler Street
Fort Detrick, MD 21702-5014
Phone: 301-619-2269
Email: Dawn.m.albertini2.civ@health.mil
Attachments/Links
Contact Information
Contracting Office Address
- BLDG 820 PBO 820 CHANDLER STREET
- FORT DETRICK , MD 21702-5014
- USA
Primary Point of Contact
- Dawn M Albertini
- Dawn.M.Albertini2.civ@health.mil
- Phone Number N/A
- Fax Number N/A
Secondary Point of Contact
History
- Sep 29, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 15, 2022 03:48 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 15, 2022 03:24 pm EDTCombined Synopsis/Solicitation (Original)