Inactive
Notice ID:12639520R0009
General Information Document Type: Solicitation (Request for Proposals) Solicitation Number: 12639520R0009 Posted Date: Jan 15, 2020 Closing Date Jan 14, 2021 PSC: 6505 – Drugs and Biologicals Naics C...
General Information Document Type: Solicitation (Request for Proposals) Solicitation Number: 12639520R0009 Posted Date: Jan 15, 2020 Closing Date Jan 14, 2021 PSC: 6505 – Drugs and Biologicals Naics Code: 325414 – Biological Product (Except Diagnostic) Manufacturing (Size Standard 1250 Employees) Contracting Office Address USDA APHIS MINNEAPOLIS PROCUREMENT BRANCH 250 MARQUETTE AVE S. STE 410C MINNEAPOLIS MN 55401 ****THE RFP HAS BEEN AMENDED - THE EVALUATION METHOD FOR PRICE HAS BEEN REVISED. THE FORMULA FOR EVALUATING PRICE PREVIOUSLY HAD A SIGNIFICANT WEIGHTING ON VAC FINISHING. THIS HAS BEEN REVISED AS INDICATED IN RED IN THE UPDATED RFP. Description THIS IS A REQUEST FOR PROPOSAL (RFP) DOCUMENT. THE RFP/SOLICITATION PACKAGE IS INCLUDED AS AN ATTACHMENT. CONTRACTORS SHOULD FOLLOW THE INSTRUCTIONS BELOW. USDA APHIS Veterinary Services intends to issue multiple firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Foot and Mouth Disease (FMD) Vaccine Antigen Concentrate (VAC), Storage of FMD VAC, Finishing of FMD VAC, and direct purchase of FMD Vaccine in support of the National Animal Vaccine and Veterinary Countermeasures Bank (NAVVCB). The RFP document is included as an attachment. As a multiple award requirement, awards are anticipated to begin within 30 days of this posting. This solicitation will remain open for a period of one year. Proposals will be evaluated throughout the solicitation period as they are received. The North American Industry Classification Standard (NAICS) is 325414 and the size standard is 1250 employees to classify as a small business. THIS IS AN UNRESTRICTED PROCUREMENT. All responsible sources may submit a proposal which shall be considered by the agency. Sources must have valid Cage Codes and DUNS Numbers and must be registered in Sam.gov Proposals will be evaluated on the basis of best value to the government considering technical acceptability, price, and past performance. Packaging instructions will be specified in the RFP/solicitation and on subsequent orders. Delivery will be specified on order but will be F.O.B. Destination to any identified U.S International Airport. Further details are provided in the attached Request for Proposals. Point of Contact All questions should be submitted to the administrative contracting officer by email Robert.J.Zeglin@usda.gov Unsolicited telephone inquiries will not be accepted.