|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166National Institutes of Health, National Heart, Lung, and Blood
Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room
6100, MSC 7902, Bethesda, MD 20892 88 -- MACACA FASCICULARIS (CYNOMOLGUS) MONKEYS SOL
NIH-NHLBI-RR-P-98-339 DUE 091198 POC Livie V. Spearman, Contract
Specialist, (301) 435-0352; Debra C. Hawkins, Chief, Procurement
Section, (301) 435-0367 E-MAIL: hawkinsd@gwgate.nhlbi.nih.gov,
spearmal@gwgate.nhlbi.nih.gov. This is a combined synopsis/solicitation
for commercial items, prepared in accordance with the format in FAR
subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued. The solicitation number NHLBI-RR-P-98-339 is issued as an
Invitation For Bid (IFB). The solicitation/contract will include all
applicable provisions and clauses in effect through the Federal
Acquisition Circular 97-06. The Standard Industrial Classification
(SIC) Code for this requirement is 0279. This requirement is not a
Small Business Set-Aside. It is the Government's intent to purchase
sixty (60) Monkeys, Macaca fascicularis (cynomolgus); during a twelve
(12) month period of performance in accordance with the specifications
provided below. The Government reserves the option of purchasing an
additional thirty (30) monkeys during the initial twelve (12) month
period and the option ofpurchasing an additional sixty (60) Monkeys
during four (4) successive twelve (12) month option periods. The items
to be acquired are: sixty (60) each, Monkeys, Macaca fascicularis
(cynomolgus); adult male (> 2 years); weight: 3.5 to 7.0 kg upon
arrival at the destination. The Monkeys shall be free of Herpes B and
type D retroviruses, of Mauritius origin with a minimum of three (3)
tuberculin tests at two (2) weeks interval, the last being within ten
(10) days of shipment to the destination. The Monkeys shall be
quarantined and screened in the USA for a minimum of thirty-one (31)
days and be in overt good health upon arrival at the destination. Prior
to arrival, the monkeys shall be tested negative for Tuberculosis a
minimum of three (3) times one (1) within ten (10) days of shipment and
never tested positive for TB, test negative one (1) time for Herpes B
virus, SRV1, SRV2, SRV5, SIV, and STLV-1 by serology and test negative
one (1) time for SRV1, SRV2, and SRV5 by Polymerase Chain Reaction
(PCR) or virus culture, and have one (1) negative fecal culture and
floatation for pathogenic ova/parasites and salmonella/shigella. In
addition the animals must be naive, physically sound and healthy, free
of wounds, external parasites, and clinical signs of disease. Animals
shall be returned to the vendor and replaced at the vendors cost if
animals convert to any of the above mention disease within thirty (30)
days after receipt at the destination. History: A record of each
individual animal shall accompany shipment to include when possible sir
and dam, date of birth, sex, and all medical records of clinical tests,
treatments and results. No animal shall be shipped to the Destination
that has a history of illness. Animals shall be identified by
individual tattoo numbers. The monkeys shall be separately packed and
crated in non-reusable crates. The monkeys shall be shipped from the
Contractor's facility and delivered to the Government's facility in a
climate controlled truck conforming to Center for Disease Control (CDC)
and United States Department of Agriculture (USDA) guidelines. The
Contractor's Animal Care and Use Program shall be accredited by the
American Association for Accreditation of Laboratory Animal Care
(AAALAC) and conform to the standards for animal care as outlined in
the "Guide for the Care and Use of Laboratory Animals" as published in
the DHHS Publication Number (NIH 86-23) or succeeding editions, and
the Public Health Service Policy on "Humane Care and Use of Laboratory
Animals", Public Law 99-158. The Contractor shall have fully approved
Animal Welfare Assurance on file with the Office for the Protection
from Research Risks (OPRR) and shall comply with all provisions of the
Animal Welfare Act and other Federal statues & regulations relating to
animals. The monkeys shall be shipped in two (2) shipments of thirty
(30) animals each by F.O.B. Point Destination to the National
Institutes of Health, National Heart, Lung, & Blood Institute, Building
10, Room 7N115, 10 Center Drive, Bethesda, Maryland 20892. The
Government's desired and required delivery schedule is six (6) calendar
weeks after contract award. The provisions of FAR Clause 52.212-1,
Instructions to Offerors-Commercial Items, applies to this acquisition.
The provisions of FAR Clause 52.212-2, Evaluation -- Commercial Items
is applicable to this acquisition. Award will be made to the lowest
priced, technically acceptable bidder meeting the Government's
specifications. The bidder shall submit with their bid evidence that
they are able to meet the item, testing, shipping & delivery
specifications as described above. The bidder shall submit an itemized
price schedule as follows: monkeys, serology tests, PCR or virus
culture; fecal checks for pathogenic ova/parasites; fecal culture for
salmonella/shigella; packing & shipping crates; & delivery & handling
charges for the initial twelve (12) month period & for each of the four
(4) successive twelve (12) month option periods. The offeror must
include a completed copy ofthe provision of FAR Clause 52.212-3,
Offeror Representations & Certifications-Commercial Items (January
1997) with its offer. The provisions of FAR Clause 52.212-4, Contract
Terms and Conditions -- Commercial Items (April 1998), applies to this
acquisition. The following clauses are provided as an addenda to FAR
Clause 52.212-4, Contract Terms & Conditions-Commercial Items (April
1998): FAR Clause 52.212-2 -- Evaluation-Commercial Items (October
1997) FAR Clause 52.216-2 -- Economic Price Adjustment-Standard
Supplies (January 1997) FAR Clause 52.216-21 -- Requirements (October
1995) FAR Clause 52.217-7 -- Option for Increased Quantity --
Separately Priced Line Item (March 1989) FAR Clause 52.217-9 -- Option
to Extend the Term of the Contract (March 1989) FAR Clause 52.222-42-
Statement of Equivalent Rates For Federal Hires (May 1989) FAR Clause
52.242-15 -- Stop Work Order (August 1989) FAR Clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (April 1998), applies to this
acquisition. The following additional FAR clauses are applicable to
this acquisition. (1) 52.222-26, Equal Opportunity (E.O. 11246). (2)
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793). (4) 52.225-03, Buy American Act --
Supplies (41 U.S.C. 10). (5) (i) 52.225-21, Buy American Act -- North
American Free Trade Agreement Implementation Act -- Balance of Payments
Program (41 U.S.C 10, Pub. L. 103-187). (5) (ii) Alternate I of
52.225-21 The sealed bids are due September 11, 1998 by 3:30 P.M.
Eastern Standard Time (EST). To deliver the bids by the U.S. Postal
Service the address is Attention: Livie V. Spearman, III., U.S.
Department Of Health & Human Services, Public Health Service, National
Institutes of Health, National Heart, Lung,& Blood Institute, Division
of Extramural Activities, Contracts OperationBranch, Procurement
Section, 6701 Rockledge Drive, Rockledge II Centre, Room 6143,
Bethesda, Maryland 20892. To hand the delivery the bid the address is
Attention: Livie V. Spearman, III., U.S. Department Of Health & Human
Services, Public Health Service, National Institutes of Health,
National Heart, Lung, & Blood Institute, Division of Extramural
Activities, Contracts Operation Branch, Procurement Section, 6701
Rockledge Drive, Rockledge II Centre, Room 6143, Bethesda, Maryland
20817. All responsible sources may submit a bid, which if timely
received, shall be considered by the agency. See Numbered Note
Twenty-Three (23). Posted 08/21/98 (W-SN240467). (0233) Loren Data Corp. http://www.ld.com (SYN# 0352 19980825\88-0001.SOL)
88 - Live Animals Index Page
|
|