Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2013 FBO #4239
SOLICITATION NOTICE

B -- Collecting, monitoring, and reporting activity of 40 ferrets for scientific analysis

Notice Date
7/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI-RML6-13013
 
Archive Date
7/30/2013
 
Point of Contact
Michael S. Barrett, Phone: 406-375-9810, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
michael.barrett@nih.gov, jkeiser@niaid.nih.gov
(michael.barrett@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent – Collecting, monitoring, and reporting activity of 40 ferrets for scientific analysis. The Division of Intramural Research (DIR) conducts basic and clinical research in a wide range of disciplines related to immunology, allergy, and infectious diseases. The purpose is to make scientific discoveries that promote the development of new vaccines, therapeutics and diagnostics to improve human health. (i) The Government intends to negotiate on a sole source basis with Southern Research Institute to provide analysis of 40 ferrets in accordance with the format in Subpart 12.6, as applicable, and 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. The solicitation number for this acquisition is NOI-RML6-13013 and the solicitation is being issued as a Notice of Intent on a sole source basis. (ii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 dated June 26, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 541380 and the small business size is $14,000,000. (iii) This Notice of Intent must include the following items. SCHEDULE: The contractor will provide animal care and laboratory services as described below. The routine collection of specimens for pathological observations shall be the responsibility of the contractor. All Animal Study Proposals for the procedures that are to be performed on NIAID owned animals will be prepared by the NIH NIAID scientists and submitted to the contractor through the Project Officer. The contractor will conduct tests, procedures and furnish samples in accordance with the information provided in each protocol. 1. Provide housing, feed and care for up to 40 ferrets at a time for vaccine studies at the ABSL3 level of containment. 2. Specimens will be delivered to addresses in the Bethesda/Rockville MD area specified by the project officer or designee or in the protocol. Alternatively, specimens may be frozen at -80 0 C until delivery within a timeframe specified by the Project Officer or protocol. The performance of specialized tests on specimens collected by the contractor shall be the responsibility of the government scientists and will be conducted at NIH facilities. 3. The Contractor must have all equipment required to perform the services and procedures stated in the protocol. The government shall not provide equipment required to complete the procedures. 4. The Government shall provide the required research animals to the Contractor. 5. The Contractor will allow NIAID scientists access to the facility as long as they meet training and health requirements to monitor and provide guidance on inoculation, sample collection and preservation to samples. 6. The Contractor will adhere to the following; a. The Contractor must have, or be able to obtain prior to the commencement of work, the following credentials; 1. AAALAC International file number 2. OLAW Animal Welfare Assurance number 3. Must be approved by CDC and /or USDA to handle ABSL-3 agents. 4. Must be registered under the Select Agent regulations to work with highly pathogenic avian influenza viruses o The facility will be operated in compliance with the following legal requirements; Animal Welfare Act 1. Public Health Services (PHS) Policy on Humane care and Use of Laboratory Animals 2. The Guide for the Care and Use of Laboratory Animals, eighth edition 3. Biosafety in Microbiological and Biomedical Laboratories 4. Compliance with the Select Agent regulations for work with highly pathogenic avian influenza viruses 7. The Government may conduct a site visit of the contractor’s facilities at any time during the contract performance with a minimum of 24 hours’ notice. These site visits may also result in the observation of contractor’s procedures by government personnel. 8. The Government may request, and the contractor will provide for review, animal records at any time during the contract performance. 9. Additional specific tasks may be required. 10. Contractor will provide demonstrated past experience conducting ferret studies using AMBSL-3 select agents. 11. Expected start date is August 2013 and will continue until the completion of each study and study deliverables. (iv) Products will be delivered to Bethesda, MD 20892. (v) The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items 52.212-3 Reps & Certs 52.212-4 Contract Terms and Conditions Commercial Items 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (vi) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award (https://www.sam.gov), during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Award will be based on the capability of the item offered to meet the above stated salient characteristics, technical capabilities, past performance, price, delivery, and the best value to the government. (vii) Offers may be mailed to Michael Barrett at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840; faxed to the POC indicated above (Fax - 406-363-9288); or e-mailed to (Michael.barrett@nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 7/15/2013. The package shall be marked with the solicitation number. All responsible sources may submit an offer that will be considered by this Agency. Copies of the above-referenced clauses are available from https://www.acquisition.gov/far/ or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML6-13013/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03105001-W 20130703/130701235252-2451afe6caf877d7ac82313366af49a7 (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.