Title: Influenza free Ferrets for Influenza Vaccine Development Research
Primary Point of Contact: Secondary Point of Contact
Jesse Weidow Barbara Horrell
Description:
This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with Triple F Farms for the procurement of Influenza free Ferrets for Influenza Vaccine Research. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-E-1807832.
This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88-1 06/15/2016. The associated North American Industry Classification System (NAICS) code for this procurement is 112990 with a small business size standard of $750K. This requirement is not set aside for small business.
The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase the following:
Influenza free Ferrets for Influenza Vaccine Research:
Ferrets 16-23 weeks of age - 100 each
Serum samples from ferrets, to be provided a week in advance of the ferrets - 110 samples
Packaging., shipping, shipping crate and delivery charge
Spaying and De-scenting
Multiple delivery order, delivery dates are to be determined and will fall in the period of performance of 09/01/2016 to 08/31/2017 - First delivery date of the serum is 09/01/2016.
FOB Point shall be Destination; Bethesda, MD 20892.
Place of Performance:
NIH/NIAID
Bldg 33
33 North Drive
Bethesda, MD 20892
United States
Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government.
PROVISIONS AND CLAUSES
The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein.
The following FAR and HHSAR provisions and clauses apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2016)
Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items
FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
The following contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2016)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Jan 2010)
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database, under an active status for All Awards, prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).
Copies of the above-referenced provisions and clauses are available from http://farsite.hill.af.mil/vffara.htm or, upon request, either by telephone or fax.
Submission shall be received not later than 8/31/2016 12:00 PM Mountain Time.
Offers may be mailed, e-mailed or faxed to Jesse Weidow; (Fax - 406-363-9288), (E-Mail/ [email protected]). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)
All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to ([email protected]).