Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2022 SAM #7534
SOURCES SOUGHT

88 -- Sources Sought: Common marmosets (Callithrix jacchus)

Notice Date
7/15/2022 2:09:39 PM
 
Notice Type
Sources Sought
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00444
 
Response Due
7/22/2022 5:00:00 PM
 
Point of Contact
Michael Horn, Christopher Michael Halstead
 
E-Mail Address
michael.horn@nih.gov, christopher.halstead@nih.gov
(michael.horn@nih.gov, christopher.halstead@nih.gov)
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: 75N95022Q00444 Title:� Common marmosets (Callithrix jacchus) Classification Code:� 8820 NAICS Code:� 112990 Description:� Common marmosets (Callithrix jacchus) also called white-tufted marmoset or white-tufted-ear marmosets This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� Our ability to modify the genome of various species has led to the development of new animal models to study human disease. These models have advanced our understanding of a disease�s origin, its progression, and possible intervention strategies. Rodents have been the species of choice for these models, secondary to their availability, ease of manipulation, and defined genetics. Over the past decade, a few institutions, including the NIMH, have made advancements in developing a transgenic primate model using the marmoset. The anatomy and physiology of the marmoset are closer to that of humans than rodents. In addition, they also display similar complex behaviors in social groups, making them an ideal model for many human neurophysiology and behavioral studies. Therefore, over the past decade, the NIMH DIR has invested time and resources in developing a transgenic marmoset research and breeding program to support the requirements of several investigators. Purpose and Objectives: The purpose of this requirement is to expand the genetic diversity of NIH�s current marmoset breeding colony. Project Requirements/Description: Common marmosets (Callithrix jacchus) also called white-tufted marmoset or white-tufted-ear marmosets: Twenty (20) Established Breeding Pairs (40 animals); Eight (8) research common marmosets to be identified by Dr. James Bourne to be provided without cost. Production Of Forty-Eight (48) Transport Crates: No Charge Transportation To International Airport Pre-Transport Preparation of Animals including: Veterinary Services Technician Services Administrative Services Salient characteristics: Provide forty (40) common marmosets (20 male and 20 female) for use as breeding animals, aged between 18 months and 7 years. Animals must be genetically distinct from animals already held for breeding at NIMH. Pedigree information going back to at least the great-grandparents of the forty (40) breeders being purchased shall be provided. Females must not be on pregnant for shipping. The remaining eight (8) research marmosets shall be identified by the cognizant NIH program staff. All animals shall have a health record demonstrating a minimum of three (3) consecutive negative intradermal tuberculin tests, or an industry excepted equivalent test, over the lifetime of the animal or colony health records demonstrating that the source colony is free of Mycobacterium tuberculosis for the past 3 years. All animals must receive an intradermal tuberculin skin test or an industry equivalent test no sooner than ten (10) calendar days prior to shipping and this test must be negative. All animals shall be negative for common pathogenic helminth and protozoal parasites on fecal exam performed within 30 days of delivery. All animals must have no visible evidence of external parasites (e.g., lice, ticks, mites, ringworm, etc.). All animals shall be in good health to include well-fleshed and in good physical condition and be free of clinical signs of disease (i.e., cardiovascular, respiratory, intestinal, internal/external parasitism, no history of chronic diarrhea (lasting longer than 2 weeks), inflammatory bowel disease, wasting syndrome, etc.). All animals shall exhibit no obvious behavioral problems (the animal does not exhibit any stereotypic maladaptive behavior such as self-clasping, self-biting, or consistent circling and there is no physical evidence such as bite wounds or alopecia secondary to excessive self-grooming, that indicates that the animal is exhibiting these behaviors). All animals shall have a veterinary exam indicating each animal is healthy enough to withstand the rigors of international transport shall be performed within 10 days of shipment. All animals shall be between 180-600 grams body weight, with a body condition score of 2.5-4.5 with 1 begin emaciated and 5 being obese. All animals shall be negative for Salmonella, Shigella on two (2) rectal cultures performed two (2) days in a row within 30 days prior to delivery. Additionally, all animals shall be tested one (1) time via rectal culture and found negative for Klebsiella pneumoniae, hypermucoviscous phenotype, within 30 days prior to delivery. Following rectal swab culture, the lab can conduct a string test on any Klebsiella pneumoniae strains identified (hypermucoviscous would be string test positive). Detailed medical records for all animals shall be provided electronically for review and approval prior to shipment of the animals. Quantity: Twenty (20) Established Breeding Pairs (40 animals); Eight (8) research common marmosets to be identified by the program to be provided without cost. Production Of Forty-Eight (48) Transport Crates Anticipated period of performance/Delivery Date: There is an urgent need for these animals to meet the established timelines for current ongoing research programs. NIH�s understand that obtaining the required international permits for the shipment of the animals is estimated to take several months. Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, Contract Specialist at e-mail address Michael.horn@nih.gov � The response must be received on or before July 22, 2022, 8:00, pm, Eastern Time. �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 presolicitation synopsis and solicitation may be published in www.sam.gov. 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
SAM.gov Permalink
(https://sam.gov/opp/906c0f85a2f04643a8ccff92ba36f13e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06391321-F 20220717/220715230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.