Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6, 2001 PSA #2782
SOLICITATIONS

88 -- MACACA MULATTA (RHESUS) MONKEYS OF INDIAN ORIGIN !!

Notice Date
February 2, 2001
Contracting Office
National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room 6100, MSC 7902, Bethesda, MD 20892
ZIP Code
20892
Solicitation Number
NHLBI-PS-2001-703
Response Due
February 12, 2001
Point of Contact
Livie V. Spearman, III., Contract Specialist, (301) 435-0352; Debra C. Hawkins, Contracting Officer, (301) 435-0366
E-Mail Address
hawkinsd@nhlbi.nih.gov (spearmal@nhlbi.nih.gov)
Description
The purpose of this synopsis is to amend previously synopsized synopsis/solicitation number NHLBI-PS-2001-703 for commercial items published Thursday, January 16, 2001, for "Macaca Mulatta (Rhesus) Monkeys of Indian Origin, Specific Pathogen Free (SPF); " & "Macaca Mulatta (Rhesus) Monkeys of Indian Origin, Non-Specific Pathogen Free (SPF)". NHLBI-PS-2001-703 is a combined synopsis/solicitation prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. NHLBI-PS-2001-703 is issued as an Invitation For Bid (IFB). This announcement still constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Multiple Awards of firm, fixed-price type contracts are anticipated. The North American Industry Classification System is corrected to be 112990. The solicitation/contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 97-21. The Standard Industrial Classification (SIC) Code for this requirement is 0279. This requirement is not a Small Business Set-Aside. 1). It is the Government's intent to purchase Fifty (50) Macaca Mulatta (Rhesus) Monkeys of Indian Origin (see definition below), Specific Pathogen Free (SPF); during a twelve (12) month period of performance in accordance with the specifications provided below. The Government reserves the option of purchasing an additional fifty (50) monkeys during the initial twelve (12) month period and the option of purchasing an additional fifty (50) Monkeys during four (4) successive twelve (12) month option periods. The items to be acquired are: Fifty (50) each, Macaca Mulatta (Rhesus) Monkeys of Indian Origin, male or female, Specific Pathogen Free (SPF); twelve (12) -- eighteen (18) months old; upon arrival at the destination. The Monkeys shall be free of Herpes B and type D retroviruses, of Indian origin, 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. If animals test positive with in thirty-five (35) days post arrival at the NIH or contract facility for any of the listed viruses the animals shall be returned to the vendor at the vendor expense a mutual cost agreement to keep the animal at the NIH or contract facility will be decided between the contractor and the government that is acceptable to the project officer. If the animal(s) test positive by PCR , Culture/Isolation , or serology the animal is considered positive. All costs of serological testing, including PCR testing, for Herpes B, SRV1, 2 and 5, STLV1 and SIV will be born by the government including the shipment of samples. 2). It is also the Government's intent to purchase One hundred (100) to Two Hundred (200) Macaca Mulatta (Rhesus) Monkeys of Indian Origin (see definition below), NON- Specific Pathogen Free (SPF); during a twelve (12) month period of performance in accordance with the specifications provided below. The Government reserves the option of purchasing an additional fifty (50) monkeys during the initial twelve (12) month period and the option of purchasing an additional fifty (50) Monkeys during four (4) successive twelve (12) month option periods. The items to be acquired are: One hundred to two hundred (100-200) each, Macaca Mulatta (Rhesus) Monkeys of Indian Origin, male or female, NON-Specific Pathogen Free (SPF); One (1) -- Twenty five (25) years old; upon arrival at the destination. The Monkeys shall be of Indian origin. 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 and be free of pathogenic parasites. 3). It is also the Government's intent to purchase blood samples from animals that have been selected as animals to be purchased under items #1 and #2 listed above. This will require the contractor, within ten (10) business days of receiving a request from the project officer, provide a sample taken from the animal identified and shipped to the location indicated by the project officer. Cost of the shipment will be born by the government. This will consist of a three (3) to thirty (30) ml sample being obtain from each animal as requested by the project officer. The amount will be based on the type of tests that will be conducted. The amount obtained from each animal will not exceed 7 (seven) ml per 1 (one) kg. of animal weight or as deemed acceptable by the attending veterinarian. ADDITIONAL SPECIFICATIONS FOR SPF (#1) AND NON-SPF (#2) MACACA MULATTA (RHESUS) MONKEYS OF INDIAN ORIGIN. In addition the animals must be naive, be in overt good health, physically sound and healthy, free of wounds, external parasites, and clinical signs of disease, and be free of any clinical signs of pathogenic parasites. All animals shall be guaranteed to arrive alive. All animals disease status will be confirmed by PCR, serology and/or virus isolation/culture for SRV-1-1, SRV-1-2, SRV-1-5, SIV, STLV-I, and B virus between thirty (30) and thirty-five (35) days post arrival at NIH. All costs of serological testing, including PCR testing, for Herpes B, SRV1, 2 and 5, STLV1 and SIV will be born by the government including the shipment of samples. 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. All animals with clinical signs of disease will be rejected for payment only animals judged healthy based on an examination by a Doctor of Veterinary Medicine during the entry physical, which will be preformed within six (6) days after arrival, will be acceptable. This judgement will be based on a physical examination and observation of the animal's general appearance and state of nutrition. Animals judged as unacceptable will be returned to the contractor at no expense to the Government, euthanatized at the contractor's discretion, or the contractor may allow appropriate treatment by the Government to render the delivered animals acceptable, with all such cost to be borne by the contractor as a credit to the Government. Animals will not be accepted from importers who are experiencing reportable diseases (yellow fever, monkey pox, hemorrhagic fevers, TB) or significant losses of animals. Animals shall be returned to the vendor and replaced at the vendors cost if animals show evidence of any of the above mention disease or conditions within thirty (30) days after receipt at the destination. All animals that are provided to the NIH on this contract will be guaranteed for thirty (30) days. Any animal that dies or becomes critically ill during this time will be replace by the vendor at no cost to the government. This guarantee does not apply to animal that die or become ill due to animal care , ie. bloat dehydration or traumatic injury. DEFINITION OF INDIAN ORIGIN Only animals with a documented origin of India are defined as Indian Origin. Documentation consists of import Convention on International Trade in Endangered Species (CITES) of Wild Fauna and Flora permit indicating origin of India or genealogy documentation that establish the animal(s) of having Indian origin parental lineage. Alternate types of documentation may be considered, but animal(s) will only be accepted as Indian Origin upon the written approval of the alternate documentation by the project officer. TRANSPORTATION Animals shall be identified by individual tattoo numbers. The monkeys shall be separately packed and crated in non-reusable crates by the contractor. 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 shipping cost and arrangements will be provided by the government. Transportation will be the responsibility of the government. The contractor will contact the project officer by telephone approximately forty-five (45) -- sixty (60) days prior to the animals anticipated departure date. After being contacted the project officer will make all arrangements and payments for the shipment. The project officer shall submit to the contractor by phone the actual proposed shipment schedule and methods no less than fifteen (15) days prior to shipment. Any changes or delays in that schedule shall be made immediately to the project officer and contractor. The shipment will be in compliance with CDC and Animal Welfare Act requirements Title 9, Subchapter A, Part 3, "Transportation Standards". Monkeys shall be placed into properly ventilated escape-proof , disposable, nonreturnable crates (cages) furnished by the Government. Each compartmentalized crate (cage) shall have separate water and feed containers for each compartment and be clearly marked with the individual animal ID number. Crates shall be in accordance with USDA, CDC and IATA guidelines. Standard commercial marking shall be used. Exterior shipping containers and material not shipped in containers shall be marked, labeled or tagged as applicable and shall include (a) contractor's name and address; (b) delivery order number; and (c) total number of cartons in shipment. Transportation shall be in compliance with the Animal Welfare Act requirements, Title 9, Subchapter A, Part 3, "Transportation Standards", CDC guidelines, IATA as required. As well as, Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) and conform to the standards for animal care as outlined in the National Research Council "Guide for the Care and Use of Laboratory Animals (1996)" 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 of Laboratory Animal Welfare (OLAW) and shall comply with all provisions of the Animal Welfare Act and other Federal statues and regulations relating to animals. TRANSPORTATION CAGE REQUIREMENTS: 1. Animals shall be delivered in properly ventilated, escape-proof, disposable cages furnished by the Government. Each compartmentalized cage shall have separate water and feed containers for each compartment, and be clearly marked by the contractor with the individual animal ID number. Each cage is to be individually closed and clearly labeled as to date and serial number contained within. 2. Cages shall be in accordance with the USDA and International Air Transportation Association (IATA) guidelines. Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) and conform to the standards for animal care as outlined in the National Research Council "Guide for the Care and Use of Laboratory Animals (1996)" or succeeding editions, & the Public Health Service Policy on "Humane Care & Use of Laboratory Animals", Public Law 99-158. The Contractor shall have fully approved Animal Welfare Assurance on file with the Office of Laboratory Animal Welfare (OLAW) and shall comply with all provisions of the Animal Welfare Act and other Federal statues and regulations relating to animals. 3. The requirement for caging may be waived if the government transports the required animals in compartmentalized trucks to the required deliver point address. Approval of the waiver for the caging shall be provided by the Project Officer prior to transporting each animal shipment. SANITATION, FEED AND WATER: All feeding, watering, shipping crates/cages, and animal care shall be in accordance with the USDA, International Air Transportation Association (IATA) guidelines, Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) and conform to the standards for animal care as outlined in the National Research Council "Guide for the Care and Use of Laboratory Animals (1996)" 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 of Laboratory Animal Welfare (OLAW) and shall comply with all provisions of the Animal Welfare Act and other Federal statues and regulations relating to animals. In addition the contractor shall comply with all provisions of the Animal Welfare Act Title 9, Sub-chapter A, Part 3, "Transportation Standards", & other Federal statues & regulations relating to animals. The monkeys shall be shipped in one (1) shipment(s) of fifty (50) animals each or as approved by the Project Officer, by Free On Board (F.O.B.) Point Destination to the, ATTN: TO BE ANNOUNCED, National Institutes of Health, Office of Research Services (ORS), Veterinary Resources Program (VRP) Building 103, Room NIHAC 16701 Elmer School Road, Poolesville, Maryland 20837 or other government facilities arranged by the Project Officer. The Government's desired delivery schedule is six (6) calendar weeks after contract award or as approved by the Project Officer. The provisions of FAR Clause 52.212-1 Instructions to Offerors-Commercial Item applied 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 for which they would like to be considered as follows: monkeys SPF and/or Non-SPF; Offerors may propose on EITHER the Macaca Mulatta (Rhesus) Monkeys of Indian Origin, Specific Pathogen Free (SPF) OR Macaca Mulatta (Rhesus) Monkeys of Indian Origin, NON-Specific Pathogen Free (SPF) and Blood Sample Charges; Offerors may propose on BOTH Macaca Mulatta (Rhesus) Monkeys of Indian Origin, Specific Pathogen Free (SPF) AND Macaca Mulatta (Rhesus) Monkeys of Indian Origin, NON-Specific Pathogen Free (SPF), and Blood Sample 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 of the provision of FAR Clause 52.212-3, Offeror Representations & Certifications-Commercial Items (JANUARY 2001) with its offer. The offeror must include their Data Universal Numbering System (DUNS) number, which is a nine-digit number assigned by Dun and Bradstreet Information Services. The provisions of FAR Clause 52.212-04, Contract Terms and Conditions-Commercial Items (MAY 1999), applies to this acquisition. The following clauses are provided as an addenda to FAR Clause 52.212-04-Contract Terms & Conditions-Commercial Items (MAY 1999) FAR Clause 52.212-02-Evaluation-Commercial Items (JANUARY 1999) FAR Clause 52.212-05-Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUGUST 2000) FAR Clause 52.216-02-Economic Price Adjustment-Standard Supplies (JANUARY 1997) FAR Clause 52.216-21-Requirements (OCTOBER 1995) FAR Clause 52.217-07-Option for Increased Quantity-Separately Priced Line Item (MARCH 1989) FAR Clause 52.217-09-Option to Extend the Term of the Contract (MARCH 2000) FAR Clause 52.222-42-Statement of Equivalent Rates For Federal Hires(MAY 1989) FAR Clause 52.242-15-Stop Work Order(AUGUST 1989) apply 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 & 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 due date for the receipt of sealed bids remains February 12, 2001, 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 Operation Branch, Procurement Section, 6701 Rockledge Drive, Rockledge II Centre, Room 6148, 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 6148, 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).
Web Link
spearmal@nhlbi.nih.gov (spearmal@nhlbi.nih.gov)
Record
Loren Data Corp. 20010206/88SOL001.HTM (W-033 SN50C632)

88 - Live Animals Index  |  Issue Index |
Created on February 2, 2001 by Loren Data Corp. -- info@ld.com