Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SPECIAL NOTICE

R -- Housing, Care and Maintenance of Chickens for Use in Malaria Research

Notice Date
8/12/2004
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-SN-NIAID-04-02
 
Archive Date
9/27/2004
 
Point of Contact
Ivan Hernandez, Contract Specialist, Phone 301-402-6954, Fax 301-480-0689, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689,
 
E-Mail Address
ihernandez@niaid.nih.gov, jfoley@NIAID.NIH.GOV
 
Description
On July 2, 2004, the National Institute of Allergy and Infectious Diseases (NIAID), Division of Intramural Research posted Sources Sought Synopsys No. SS-NIAID-04-02, seeking capability statements from qualified sources that could provide the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government, as needed to provide a range of support services required for the proper care, use, and humane treatment of laboratory chickens. The NIAID received a capability statement from only one offeror, Bioqual, Inc. Notice of Intent to Make an Award: Since Bioqual was the only respondent to the request for sources, it offers a unique capability to meet the NIAID requirements for this procurement. Consequently, the NIAID intends to negotiate and make a sole source award to Bioqual, Inc. for this acquisition. This action is authorized by 41 U.S.C. 253(c)(1) and FAR Part 6.302-1. The authority permits a Federal agency to make a sole source acquisition when there is only one responsible source that could provide the supplies or services required (refer to note number 22). The following is a description of the requirement for this acquisition: The Contractor shall provide support to animal projects involving the full range of medical research and scientific disciplines. All contract activities must be responsive to the NIH?s research requirements and comply with AAALAC criteria for accreditation. Because of the requirement to transport mosquitoes carrying the malaria parasite, facilities of prospective offerors shall be within 5 miles of the NIAID facilities, located in 12735 Twinbrook Parkway, Rockville, MD 20857. Contractor?s facility must have an adequate mosquito control program in place as well as the ability to ensure infectious disease control. All operations conducted by the Contractor shall be specifically in compliance with the following documents in addition to all other applicable State and Federal statutes: 1) Animal Welfare Act Regulations PL91-579, as amended; 2) Guide for the Care and Use of Laboratory Animals (Revised 1996); 3) U.S. Public Health Service Policy on Humane Care and Use of Laboratory Animals, PL99-158, September 1986, Reprinted March, 1996; 4) 29 CFR 1910 5) CDC/NIH Biosafety in Microbiological & Biomedical Laboratories, HHS Publication No.(CDC) 93-8395; web link: http://bmbl.od.nih.gov 6) ACLAM definition of Adequate Veterinary Care Institute or Center (IC) Animal Care and Use Committee (ACUC) approved Animal Study Proposals (ASPs) The Contractor shall have the capability to provide veterinary care consistent with the ACLAM definition of adequate veterinary care. Additionally, prospective contractor shall have the capability to provide the following services: (Animal Care) Feeding/Watering/ Medicating of Laboratory Animals 1. Outline of Responsibilities The Contractor shall be responsible for the feeding and watering of all animals housed. Appropriate laboratory diets will be identified by the Government. A number of animals may require additional animal care practices such as the provision of special diets or the administration of certain drugs or chemicals in drinking water. This information will be identified in the ASP and will be directed by the Project Officer. 2. The Contractor Shall a. Feed animals, at a minimum, in accordance with the following schedule: Chickens daily, ad libitum unless otherwise directed by the Project Officer as described below All animals being fed ad libitum shall have feed in their feeders at all times. All animals being fed on a "restricted" basis will have their feed allotment measured and fed on a daily basis. In some instances, "no feed" or ?special feed? tags will be placed on cages or special feed will be requested. In some instances, medicated water will be placed on cages as requested. The Contractor must ensure that all special instructions are consistent with the ASP and written technical request as appropriate. Inconsistencies are to be reported to the Project Officer. b. Feeding and watering of animals to include removal of access to feed and/or water for animals that are scheduled for general anesthesia and/or blood withdrawal where appropriate. Autoclaved, non-autoclaved, feed treats, and medicated animal feed may be utilized. Tap water, acidified water, sterile water, and medicated water may be utilized. Ensure that all feed and water are clearly labeled in accordance with SOPs. c. Assure that no feed containers or water bottles are transferred from one animal room to another. d. Provide clean water bottles for all animals. The water bottles including, stoppers and sipper tubes, will be changed at least once weekly. Water bottles will be refilled as needed. Sufficient water shall be provided to have water available at all times. e. Assure that water bottles are not intermixed from one cage to another or from one species to another. f. Assure that feeding and watering devices are kept clean and uncontaminated with urine or feces. If necessary, provide clean devices daily. g. Prepare and/or feed special diets and special water as per ASP. Provision of Animal Holding and Procedure Space Use 1. Outline of Responsibilities The Contractor shall develop a mechanism to report in writing a clear, concise, and efficient manner on cage space availability. The Contractor will provide a dedicated animal holding room that will accommodate no less than 3 chicken brooder racks. Chicken cage density is expected to be at no more than 6 chickens per cage. Animal requisitioning will be done by NIAID personnel in coordination with the Contractor to ensure sufficient caging, autoclave/cagewash capacity, and space for requested animals. Procedure room space will be provided for the performance of IV inoculations, terminal exsanguinations, euthanasia, blood smears and other experimental work by scientific staff. Procedure rooms should be outfitted with the appropriate Biological Safety Cabinet. The Contractor will provide all materials and supplies for the technical procedures. Provision of Technical Services and Transportation 1. Outline of Responsibilities The Contractor will perform the sedate, handle and perform bleeds on the chickens as directed by the Project Officer and as outlined in the ASP. The Contractor will prepare blood smears as directed by the Project Officer and as outlined in the ASP and will provide a courier to transport them to Twinbrook 3 for the NIAID staff as required. The Contractor will follow all applicable NIAID SOP?s for procedures involving chickens. The LVMR Project Officer will provide all applicable SOP?s. All requests for technical assistance will be in writing. Cage and Environmental Sanitation 1. Outline of Responsibilities Sanitize dirty caging, water bottles and sipper tubes, feed hoppers, etc. using the tunnel washer, rack washer, or manually, if necessary, to meet facility needs. Clean and sanitize all racks, cages, associated equipment and rooms according to recommendations provided by The Guide. Cages shall be washed and then rinsed at a temperature of at least 82.2 degrees C (180 degrees F) as measured on the surface of the cage. 2. Government Access to Contractor?s Records As requested by the NIAID Project Officer, the Contractor shall provide copies of records documenting the biological monitoring program for the cagewash equipment. Archiving Policy = Automatic (45 days)
 
Place of Performance
Address: Rockville, MD
 
Record
SN00642298-W 20040814/040812211821 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.