Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

87 -- Production of Reference Bacterin for Paseurella multocida type A (Bovine Isolate)

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
Reference-Number-APVSNVXX-0176-3
 
Response Due
9/24/2003
 
Archive Date
10/9/2003
 
Point of Contact
Patricia Harris, Contracting Officer, Phone 612-336-3207, Fax 612-370-2106,
 
E-Mail Address
patricia.y.harris@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), Center for Veterinary Biologics (CVB), 1800 Dayton Road, Ames, IA has a requirement for the Production of Reference Bacterin for Pasteurella multocida type A (Bovine Isolate). This is a combined synopsis/solicitation for this procurement prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will NOT be issued. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-15. This requirement is 100% set aside for small business. The NAICS code is 541380. The small business size standard is 500 employees, or less. This combined synopsis/solicitation contain one contract line item number (CLIN), CLIN 0001, for 10 Liters of bacterin. The specifications for the bacterin are: SERVICE REQUIREMENTS: The current potency test for Pasteurella multocida type A bacterins is codified in 9 CFR 113.121. This assay specifies that all serials containing P. multocida type A bacterin must be compared to a reference bacterin provided by the Animal and Plant Health Inspection Service. Due to the declining potency of the current lot of P. multocida type A reference bacterin (bovine isolate), a new reference bacterin must be prepared and shown efficacious in host animals. SPECIFICATIONS: 1) Growth and Harvest: Ten liters of P. multocida type A, strain 1062, shall be grown and harvested according to established protocols. The culture shall be grown so that the final product shall contain at least 5x10 9th degree inactivated organisms/ml. 2. Inactivation: The cultures of P. multocida shall be inactivated with formaldehyde and the final concentration shall not exceed 0.2%. 3. Adjuvant: Aluminum hydroxide adjuvant (2% aluminum oxide gel) shall be added to a final concentration of 10% (v/v). 4. Testing: The bacterin shall be shown efficacious in the host animal by a protocol acceptable to APHIS. In addition, it shall meet the testing requirements according to 9CFR 113.121 prior to delivery to the Center for Veterinary Biologics (CVB). An acceptable bacterin shall exhibit a statistically reproducible dilution protecting 50% of vaccinated mice against a homologous challenge of at least 1000 LD 50th degree. A sample of the bacterin shall be submitted for acceptance testing by the CVB prior to final acceptance of the final product. 5. Final Assembly: The bacterin shall be bottled in 20+/- 0.5 ml amounts into sterile plastic bottles with stoppers and seals. The final product shall be labeled at the CVB. DELIVERIES: Delivery date of final product shall be no later than 30 days after satisfactory completion and reporting of potency testing conducted by the CVB. FOB DESTINATION to the following address: USDA, APHIS, Center of Veterinary Biologics, 1800 Dayton Avenue, Ames, IA 50010, Phone (515) 663-7331. All deliveries shall be made between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, except federal holidays. The Contracting Officers Technical Representative (COTR) or the COTRs duly authorized representative will inspect and accept the bacterin to be provided under this contract. Inspection and acceptance will be performed at: USDA, APHIS, Center for Veterinary Biologics, 1800 Dayton Avenue, Ames, Iowa 50010. PACKING AND MARKING: each shipment shall include a packing slip attached to the outside of one box and enclosed in a protective plastic pouch and one packing slip in one of the shipment boxes. The packing slip shall identify the contract number and quantity shipped. PERIOD OF PERFORMANCE: the period of performance is from date of award through September 30, 2004. PERFORMANCE STANDARDS: Contractor performance will be measured by the ability to adhere to deliverable deadlines as agreed between the COTR and the contractor at the start of the contract. The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far: 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52-212-4 Contract Terms and Conditions - Commercial Items. 52-32-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323. Offeors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52-203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1 Buy American Act - Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. QUOTES ARE DUE BY SEPTEMBER 24, 2003 by 2:30 p.m. CENTRAL STANDARD TIME. All responsible small business may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to 612/370-2106, Attn: Patricia Harris with signed original forwarded by mail to: USDA, APHIS, MRPBS, ASD, 100 North Sixth Street, Butler Square Bldg., 5th Floor, Minneapolis, MN 55403. Quotes can be e-mailed to Patricia.Y.Harris@aphis.usda.gov. A complete quote will consist of 1. Price for CLIN 0001 per liter. 2. signature on the page that lists the price. 3. narrative addressing how the proposed fetal bovine serum meets the requirements/specifications. 4. completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.
 
Place of Performance
Address: Delivery: USDA, APHIS, VS, CVB, 1800 Dayton Avenue, Ames, IA
Zip Code: 50010
Country: United States
 
Record
SN00435230-W 20030918/030916213040 (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.