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 -- References and Reagents

Notice Date
9/16/2003
 
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
Reference-Number-APVSANVXX-0205-3
 
Response Due
9/22/2003
 
Archive Date
10/7/2003
 
Point of Contact
Gloria Benson, Purchasing Agent, Phone 612-336-3220, Fax 612-370-2136,
 
E-Mail Address
Gloria.J.Benson@usda.gov
 
Description
The U. S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Service (VS), Center for Veterinary Biologics (CVB) , 1800 Dayton Road, Ames, IA has a requirement for Mono-specific poultry anti-serum for testing diagnostic kits. References and Reagents for testing aids as described in the Code of Federal Regulations ( 9 CFR 113.2). Reference sera, free of cross-reaching antibodies to a select list of avian infectious agents are required to provide adequate control of the testing processes. NAICS Code: 541380. Requirements: Two (2) sets of poulty serum panels to include 23 infectious agents and one negative serum set. These reference sera are to be produced within a facility that has adhered to and been certified in Good Laboratory Practice (GLP) regulations as delineated by the Health and Human Services (HHS) Food and Drug Administration (FDA) Practices according to 21 CFR Part 58. The serums needed are as follows: (1) Avian Infuenza Virus Antiserum, (2) Avian adenovirus group II (HEV) Antiserum, (3) Avian adenovirus group II (EDS) Antiserum, (4) Avian Poxvirus Antiserum, (5) Infectious Bursal Disease Virus Antiserum, (6) Infectious Bursal Disease Virus, DE Variant 1084-E strain, Antiserum, (7) Mycopplasma gallisepticum Antiserum, (8) Chicken Anemia Virus Antiserum, (9) Herpesvirus of Turkeys Antiserum, (10) Mycopplasma meleagridis Antiserum, (11) Lymphoid Leukosis Subgroup C Antiserum, (12) Lymphoid Leukosis Subgroup D Antiserum, (13) Lymphoid Leukosis Subgroup E Antiserum, (14) Lymphoid Leukosis Subgroup J Antiserum, (15) Marek's Disease Virus, SB-1 Strain, Antiserum, (16) Reticuloendotheliosis virus Antiserum, (17) Infectious Bronchitis Virus, Connecticut Strain, Antiserum, (18) Infectious Bronchitis Virus, JMK Strain, Antiserum, (19) Infectious Bronchitis Virus, Ark. Strain, Antiserum, (20) Infectious Bronchitis Virus, GA-98, Antiserum, (21) Avian Encephalomyelitis Virus Antiserum, (22) Pasteurella multocida Antiserum, (23) Bordetella avium Antiserum, (24) Negative Control Antiserum. It is expected that the contractor will have very specific expertise and knowledge necessary to perform the work to be conducted and that the contracting facility will have evidence of GLP certification. The Government reserves the right to only award selected portions of the contract. The contract will be administered on a modular (in Tasks) basis; whereby, the subsequent tasks are contingent on the sucessful completion of the preceding task. A fixed-price purchase order will be the result. FOB Destination. QUOTATIONS ARE DUE BY September 22, 2002 by 2:00 p.m. Local time. Submit written or faxed quotation to Purchasing Section, Attn: Gloria Benson, at (612) 370-2136. 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 01-15. Applicable FAR clauses are incorporated by reference; Prompt Payment 52.249-1; Changes-Fixed-Price 52.243-1; Instructions to Offerors - Commercial Items 52-121-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions-Commercial Items 52-212-4; Contract Terms Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5. All responsible sources may submit a quotation for consideration. Offers should include tax payer identification number and DUNS number. Please contact Gloria Benson gloria.j.benson@aphis.usda.gov with questions.
 
Place of Performance
Address: 1800 Dayton Road/Ames/IA
Zip Code: 50010
Country: USA
 
Record
SN00435232-W 20030918/030916213041 (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.