Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166

National 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