Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOURCES SOUGHT

B -- Long Term Maintenance of Chimpanzee Colony

Notice Date
11/22/2011
 
Notice Type
Sources Sought
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
HHS-NIH-OD-OLAO-SS-11-015
 
Archive Date
9/7/2012
 
Point of Contact
Sheryn N. Etti, Phone: 3015943560
 
E-Mail Address
ettis@mail.nih.gov
(ettis@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health (NIH), Division of Veterinary Resources (DVR), is conducting a market survey to ascertain the availability and technical capability of potential offerors to provide long term maintenance for a colony of chimpanzees. THIS NOTICE IS PROVIDED FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. This is NOT a solicitation for proposals, proposal abstracts or quotations. These chimpanzees have been previously used in NIH-sponsored biomedical research in such areas as human immunodeficiency virus (HIV), Hepatitis B and C, diabetes, caloric restriction, and Respiratory Syncytial Virus. These animals could potentially be used on future research projects conducted at the contractor's facilities. Any research shall be conducted under an approved Animal Study Proposal. When the primates are on study, they are monitored by the NIH IC Animal Care and Use Committee (ACUC) and NIH Review Committee. To provide for the long term care of these animals, the Division of Veterinary Resources (DVR), Office of Research Services (ORS) has a requirement for a contract whereby chimpanzees are housed and maintained with the potential for use in AIDS-related and other biomedical investigation performed on-site. Specifically, the Contractor shall maintain the chimpanzees assigned to this program. This includes the provision of housing and support facilities, daily care to include the provision of fresh food and water, proper sanitation, and assurance that the overall animal health needs are fully met. All aspects of the Contractor's animal care and use program, including the provision of trained professional and technical staff, should insure that the animals are maintained in such a manner that supports their behavioral, cognitive, social, and emotional needs which are crucial to their well-being. The chimpanzees are members of compatible, stable social groups that have been together for five (5) to fifteen (15) years. As a result, the chimpanzees shall be maintained in socially-compatible pairs or groups unless such maintenance is contraindicated for medical or management reasons. The Contractor's Animal Care and Use Program must comply with the requirements prescribed by the USDA Animal Welfare Act, and Public Health Service Policy on Humane Care and Use of Laboratory Animals. The Contractor shall comply with regulations of the, and the standards set forth in the Guide for the Care and Use of Laboratory Animals (ILAR) regarding facilities, caging, quarantine procedures, preventive medicine, husbandry, personnel health and colony management. The parent institute (under which this contract is accepted) shall have an Animal Welfare Assurance on file with the Office for Laboratory Animal Welfare (OLAW) and shall adhere to the PHS Policy on Humane Care and Use of Laboratory Animals. Accreditation by the Association for the Assessment and Accreditation of Laboratory Animal Care International (AAALAC) is recommended. The Government will not furnish the Contractor with either materials or facilities. The Contractor is expected to have the facilities available, as well as sufficient equipment and materials to properly maintain the animals. The North American Industry Classification System (NAICS) for this requirement is 112990, and the business size is $750,000. In light of this project summary, all interested concerns are invited to submit a tailored capability statement. The capability statement should reference Sources Sought Number HHS-NIH-OD-OLAO-SS-11-015 and should be no longer than 15 pages in length and shall include the following: (1) Name and Address of the Organization, (2) The size and type of business: Other than Small Business; Small Business; 8a Small Business; Service Disabled Veteran Owned Small Business; HubZone Small Business, as listed under www.ccr.gov, (3) Point of Contact with name, title, voice/telephone, facsimile number, and email address, (4) DUNS number, (5) Contractor's capability statement that addresses the organization's physical facilities, ability, knowledge, experience and personnel to perform the service described. Pamphlets and standard brochures will not be considered responsive to this Sources Sought Notice). (6) List of three organizations to which equivalent types of services have been previously provided within the last three years - to include contract number, dollar value, name and telephone number of customer. This market survey is being conducted to reach the widest possible audience and to gather current market information. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responding firms should provide four (4) copies of their capability statement to Sheryn N. Etti (Ref. HHS-NIH-OD-OLAO-SS-11-015), National Institutes of Health, Office of Acquisitions, 6011 Executive Blvd., Room 541E, (MSC 7663) Bethesda, MD 20892-7663. (NOTE: If you are using a courier service, Federal Express, or UPS the city, state, and zip code should read ROCKVILLE, MD 20852). Please be aware that the U.S. Postal Service's "Express Mail" DOES NOT deliver to the Rockville, Maryland address AND delivery to the Bethesda, Maryland address will result in a delayed delivery to our office in Rockville, MD (up to 3 - 5 days). ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS December 8, 2011 at 12:00 PM Eastern Time. Email and facsimile copies will not be accepted. All questions and/or comments regarding this sources sought notice must be in writing and may be emailed to Sheryn N. Etti at ettis@mail.nih.gov. Comments and questions will NOT be answered, but may assist in creating a solicitation for this requirement. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OD-OLAO-SS-11-015/listing.html)
 
Record
SN02627390-W 20111124/111122234427-7a5fcf52e2607c264c80a7a52eac9d9e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.