Federal Bid

Last Updated on 06 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Aerobic Soil Metabolism Study

Solicitation ID AG-6395-S-16-0137
Posted Date 22 Jun 2016 at 8 PM
Archive Date 06 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Aphis Mrpbs
Agency Department Of Agriculture
Location United states
3-chloro-p-toluidine hydrochloride Aerobic Soil Metabolism Study


The USDA APHIS Wildlife Services (WS) is requesting quotations for an Aerobic Soil Metabolism study in strict accordance with the attached Statement of Work. This solicitation is a tiered set-aside which means it is first reserved exclusively for small business. If two or more fair and reasonable small business offers are not received, the small business set-aside will be dissolved and the requirement will be open to all offers from all business sizes. The NAICS code for this requirement is 541380 with a size standard of $15,000,000 or less.

CASCADING (TIERED) SET-ASIDE INSTRUCTIONS
(a) This solicitation is first restricted to small business concerns. All small and large businesses are encouraged to submit quotes; however, award will be made in the following order of set-aside precedence:

(1) small business concerns (FAR 52.219-6); then, if two or more qualified small business quotes are not received at a fair market price,

(2) Full and Open Competition

(3) The FAR clauses contained within the RFQ apply to this solicitation. Only the FAR clauses matching the awardee's size standard apply to the award.

If you are a Large business under NAICS code 541380, your offers will be considered only if we do not receive two or more qualified small business quotes at fair market price.

The decision to conduct a cascading set-aside solicitation is due to the urgency of awarding the requirement ahead of anticipated winter soil conditions in parts of the U.S. If less than two qualified small business quotes at fair market prices are received, all quotes will be considered.

All quotes must strictly adhere to the attached statement of work. Quotes will be evaluated as lowest price technically acceptable (LPTA). Technical acceptability will be rated as pass/fail against the following Criteria:

5.0.1 The laboratory must have had at least one inspection or data audit by the U.S. EPA for compliance with EPA FIFRA GLP standards within the last 10 years. If one or more audits were conducted in the past 10 years, the three most recent closed audits within the timeframe must not have resulted in EPA's rejection of a study either partially or fully due to failure to comply with all EPA GLP standards. Provide documentation of the one, or if available in the previous 10 years, up to three most recent audit findings. Foreign companies may provide the results of the most recent inspection by their authority responsible for GLP compliance.

5.0.2
The laboratory must have a record of conducting the Aerobic Soil Metabolism study per OPPTS 835.4100 guidelines. Provide documentation from the facility's ‘Master Schedule' of at least three aerobic soil metabolism studies per EPA guidelines within the past five years.

5.0.3
The intended Study Director and at least 20% of other laboratory scientists contributing to this study must demonstrate prior experience participating in at least two other aerobic soil metabolism studies per OPPTS 835.4100 guidelines. Provide documentation of personnel experience. A statement summarizing key personnel experience in at least two studies of this type shall meet the requirement.

This requirement is subject to the service contract act. The Wage Determination applicable to the offerors place of performance will apply to this requirement. Wage determinations may be found at the following Department of Labor website: http://www.wdol.gov/sca.aspx If you need assistance finding the wage determination that applies to you, you may contact the contracting officer by email at [email protected].

***Please use the RFQ document specific to your businesses size***

For an offer to be considered under this solicitation, the vendor must:

1. Be registered in Sam.gov by closing date of the solicitation
2. Submit all required documentation outlined in 5.0.1, 5.0.2, 5.0.3
3. Conform to all requirements in the attached Statement of Work
4. Return a completed, signed copy of the RFQ with a fully completed bid schedule
5. Acknowledge any amendments to the solicitation in writing if applicable

The quantities outlined in the bid schedule are hypothetical quantities as the actual needs of the study will be contingent upon actual outcomes during the course of the study. Each contingency will be priced as options which may be unilaterally exercised by a future modification. The pricing submitted in response to this solicitation will be firm fixed price.

All questions must be submitted in writing directly to the contracting officer by email at [email protected]. All questions and Answers in response to this solicitation will be added to the Q&A section of this solicitation.

All quotes should be submitted electronically by email to [email protected]

All quotes are due by 3pm CST 7/22/2016. The deadline for questions will be 7/12/2016.

Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Aug 2002 at 5 AM
Location Unknown 10 Aug 2016 at 2 PM
Location Unknown 19 Jul 2016 at 1 PM
Location Unknown 26 Jul 2010 at 7 PM
Location Unknown 02 Aug 2013 at 10 PM

Similar Opportunities