"Animal Health Monitoring Program"
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 (Updated)
- Updated Published Date: May 04, 2022 03:31 pm EDT
- Original Published Date: Apr 21, 2022 02:17 pm EDT
- Updated Date Offers Due: May 09, 2022 02:00 pm EDT
- Original Date Offers Due: May 09, 2022 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: May 24, 2022
- Original Inactive Date: May 24, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
- NAICS Code:
- Place of Performance: USA
Description
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 W81XWH22R0041.
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.
(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 $300,000.00 over the life of the contract. The anticipated maximum ceiling amount for this requirement is $1M for the entire ordering period.
(c) The anticipated maximum quantity for the award under this solicitation is 672 units per year or 5,200 for the 5 year Period of Performance. The maximum quantity shall not be construed as an obligation of the Government or guaranteed tasking value.
Description
Estimated Maximum (5 years)
Gerbil Comprehensive PCR Panel
30
Rat Surveillance plus PRIA PCR Panel
450
Mouse Surveillance plus PRIA PCR Panel
650
Mouse Assessment Serology Panel
340
Mouse Prevalent PRIA PCR Panel
600
Rat Assessment Serology Panel
340
Rat Prevalent PRIA PCR Panel
800
Zebrafish Health Surveillance PCR Panel
40
Fur mite PCR assay
250
Pinworm PCR assay
250
P. Carinii PCR assay
250
Macaque tracking panel
400
Macaque custom PCR panel (Sal, Shig, Yers)
400
Simian Culture for Sal/Shig/Yersinia
400
Estimated Maximum (5 Years)
5200
Estimated Maximum (1 year)
672
ORDERING PERIOD
Base Period – 03 June 2022 – 02 June 2023
Option Period 1 – 03 June 2023– 02 June 2024
Option Period 2 – 03 June 2024 – 02 June 2025
Option Period 3 – 03 June 2025 – 02 June 2026
Option Period 4 – 03 June 2026 – 02 June 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 Quote 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 TOPR in two parts – a technical proposal and a cost/price proposal. Both parts 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@mail.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@mail.mil
2.7.3. Contracting Officer’s Representative:
Uniformed Services University of the Health Sciences
ATTN: Alicia Cawlfield
MAJ, Veterinary Corps, US Army
Executive Officer, DLAR
4301 Jones Bridge Road
Bethesda, MD 20814-4712
Phone: 301-400-4553
Email: alicia.cawlfield@usuhs.edu
2.8 Authorized Users:
The USAMRAA Contracting Officer and Government Purchase Card (GPC) Ordering Officers will be the only authorized users under this IDIQ. The position titles of the designated GPC Ordering Officers will be provided at the time of contract award. Orders by other individuals will not be honored without prior written approval from the USAMRAA Contracting Officer.
The following offices are hereby authorized to place orders under this IDIQ:
U.S. Army Medical Research Acquisition Activity (USAMRAA)
Uniformed Services University of the Health Sciences
2.9 Individuals Authorized to Purchase utilizing a Government Purchase Card (GPC) up to $25,000.00:
Chrishaundi Butler
Uniformed Services University of the Health Sciences Department of Laboratory Animal Resources
301-295-3308
chrishaundi.butler@usuhs.edu
Authority to order up to $25,000 per order
Kasie Carriveau
Uniformed Services University of the Health Sciences Department of Laboratory Animal Resources
301-295-9496
kasie.carriveau@usuhs.edu
Authority to order up to $25,000 per order
3. Task Orders: The Contracting Officer will order against the contract through issuance of Task Orders via a DD Form SF1449 signed by the Contracting Officer. Task Orders will be executed in writing by the Contracting Officer and transmitted either via facsimile or electronically via e-mail. The contractor shall acknowledge receipt via e-mail. Note that in the event of a GPC Order, the Contractor will be contacted directly by the Authorized GPC Ordering Officer.
4. Each Order will contain at a minimum the following information:
a. The date of order
b. Contract number and order number
c. Description of the requirement
d. Pricing Information
e. The anticipated period of performance/ delivery date
f. Accounting and appropriations data
g. Payment office address
h. Invoicing and acceptance instructions
i. Any other pertinent data
5. GPC TASK ORDER REPORTS:
Offeror shall provide monthly purchasing information to the COR and the contracting officer detailing products ordered by:
a. Order number and GPC Ordering Officer
b. Services provided and catalog number (if applicable)
c. Services ordered per month and total dollar
d. Cumulative total of all orders
See attachments for more information
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@mail.mil
- Phone Number 3016192269
Secondary Point of Contact
History
- May 24, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 21, 2022 02:29 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 21, 2022 02:17 pm EDTCombined Synopsis/Solicitation (Original)