Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
SOLICITATION NOTICE

Q -- TSE TESTING

Notice Date
4/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APVSNVXX-0064-3
 
Archive Date
5/1/2003
 
Point of Contact
Joanne Mann, Purchasing Agent, Phone 612-336-3224, Fax 612-370-2136,
 
E-Mail Address
Joanne.Mann@usda.gov
 
Description
The USDA, Animal and Plant Health Inspection Service (APHIS), National Veterinary Sciences Lab (NVSL), Ames, Iowa, intends to issue a Blanket Purchase Arrangement (BPA), to laboratories across the United States, to those who demonstrate the capability to provide the services outlined in the solicitation, for Scrapie and Chronic Wasting Disease (CWD), known collectively as Transmissible Spongiform Encephalopathies (TSE). Submit faxed quotations to "Purchasing Section," at (612) 370-2136. QUOTATIONS ARE DUE APRIL 16, 2003, BY 10:00 a.m. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-13. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1 (4/84); Fixed price 52.243-1 (8/87); Instructions to Offerors-Commercial Items 52.212-1 (10/00); Evaluation-Commercial items 52.212-2 (1/99); Offeror Representations and Certifications 52.212-3 (2/01); Contract Terms and Conditions- Commercial Items 52.212-4 (4/98); Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5 (10/98). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should also include tax payer identification number__________________________ DUNS number__________________ and business size ___________________for NAICS 621511. SPECIFICATIONS: Accepting laboratories must be able to perform the above test for TSE, must be approved by APHIS to conduct said test, have quality control procedures in place and follow good laboratory practices. This BPA will be an open account and must not be considered a grant; no overhead will be paid Laboratories must be able to handle at least 5,000 samples per year per each IHC module that USDA has purchased. USDA will pay not more than $25 per slide regardless of the number of tissues or animals tested. All tests will be performed to standards (SOP) set forth by the NVSL. Each laboratory will agree to follow the QA policies and procedures set forth by the NVSL. TEST METHOD: The laboratories agree to use All specified Immunohistochemical (IHC) Reagents AND specified IHC Stainers AND specified equipment as written in the most current SOP version as supplied by NVSL. NO EQUIPMENT OR REAGENTS WILL BE PROVIDED BY NVSL. HOWEVER NVSL RESERVES THE RIGHT TO SUPPLY ANTIBODY AS NEEDED TO ASSURE QUALITY CONTROL AND COST EFFECTIVE TESTING. ACCEPTANCE will be accepted on a per SLIDE basis only. ACCEPTANCE IS FOR A TOTAL PRICE and includes all costs. ACCEPTANCE other than a per SLIDE basis will be determined to be non responsive and will not be considered. NVSL reserves the right to specify how many tissues or animals will be performed per slide. There will be no guaranteed minimum samples per year. Tissues samples will be sent to the laboratories by USDA employees or their designees or other contract laboratories. Samples and results will need to be archived for three years after the test has been conducted. Samples will then be returned to NVSL or destroyed, at the discretion of NVSL. Factors used in determining which laboratories are best suited to be awarded a BPA would be made on the relative laboratory experience with TSE testing, prior or current collaborations with APHIS TSE programs, and the States particular status in regard to TSEs (CWD and Scrapie). Laboratories should provide descriptions and actual numbers of TSE cases examined by histopathology and/or prior protein immunohistochemistry. Laboratories should have trained pathologist on staff with experience reading immunohistochemical stain slides. Qualifying laboratories must be able to handle at least 5000 samples per year for USDA. All tests will be performed to standards (SOP) set forth by the NVSL. Each laboratory will agree to follow the QA policies and procedures set forth by the NVSL. Offerors are to provide information regarding the capacity of their laboratory facility. This information is needed to determine how many samples can be accommodated by any one laboratory and to gauge how many BPAs need to be established. LABORATORY RESPONSIBILITIES: Accept mailed or personally delivered APPROVED/AUTHORIZED shipments of formalin fixed tissues from NVSL, APHIS field VMOs, and occasionally other laboratories. The ACCEPTING LABORATORY is responsible for determining if samples have been approved/authorized prior to processing, and agrees to all NVSL required approval and reporting procedures. The accepting laboratory agrees to trim and process tissues according to specified protocols; IHC stain the tissues according to specified protocols; Provide a final report (no more than 10 working days from date of receipt) in an acceptable electronic transmission format to NVSL or its designate; Store all "wet tissues" for no less than 1 year after date of final reporting (may request variance from NVSL if this is not possible); Store all paraffin embedded blocks and IHC stained slides for a minimum 3 years; Send the NVSL any tissues, slides, or blocks within 5 working days of receipt of the request. All tissues, blocks and slides remain the property of NVSL. Send a monthly summary of completed testing by the 5th of each month to the NVSL. Government specified equipment will be used so that there are consistent test results among the various laboratories. In the case of Government furnished property, the property remains that of the Government and will be returned in working order upon request from NVSL. The Director, NVSL or the designated representative of the accepting laboratory may cancel this agreement at any time by notification in writing. The BPA awarded to each successful offeror will have a simplified acquisition threshold under commercial item acquisition of $5,000,000 under FAR 13.5 and FAR 12. Awards will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: laboratory experience with TSE testing, past performance, testing capacity, and storage capacity.
 
Place of Performance
Address: 1800 DAYTON ROAD, AMES IA
Zip Code: 50010
 
Record
SN00300584-W 20030412/030410213335 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.