Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

88 -- Indian Origin Rhesus Macaques

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
112990 — All Other Animal Production
 
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
NOI5126
 
Response Due
9/26/2005
 
Archive Date
10/11/2005
 
Description
his is a combined synopsis/notice of intent 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; quotes are not being requested and a written solicitation will not be issued. This requirement is being issued as a Notice of Intent under NOI5126. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-05. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 112990 and the Small Business Size Standard is $0.75M. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure 16 ea. of 1 year old Indian Origin Rhesus Macaques and services provided for them from the University of California at Davis, Primate Research Center. These Rhesus Macaques must be Specific Pathogen Free (SPF) and negative for Rhesus LCV and Rhesus CMV. The services provided for all 16 Macaques are as follows: Per Diem nursery (1440 days), Per Diem indoor (4320 days), Labor Technician (32 hrs.), Labor Veterinarian (32 hrs.), Labor Animal Health Technician (64 hrs.), Complete Blood Count (16 ea.), Pharmacy (1 ea.), Pre-shipment Physical Exam (16 ea.), Sample shipments (biological) (4 ea.) shipped to the National Institutes of Health (NIH). The Rhesus Macaques are required for the vaccine studies of Rhesus Cytomegalovirus (CMV) and Rhesus Epstein Barr virus (EBV, also known as lymphocryptovirus). The NIAID studies the etiology, pathogenesis, and treatment of human infectious and allergic disorders in an effort to identify preventive or therapeutic modalities that will improve human health. The NIAID is trying to develop vaccines for human Epstein-Barr virus, which, is the cause of heterophile-positive mononucleosis and is associated with several malignancies including nasopharyngeal carcinoma. The cytomegalovirus is the cause of heterophile-negative mononucleosis, disseminated disease including pneumonia in transplant recipients, retinitis in patients with HIV, and congenital CMV in neonates. The rhesus lymphocryptovirus (LCV) and rhesus cytomegalovirus (CMV) are being used as surrogates. There are 4 primate centers in the US that have (pathogen-free) animals raised at birth in nurseries without direct contact with other animals that are a source of these viruses. These (pathogen-free) animals are the only source of animals for these experiments. Out of the 4 primate centers in the US the University of California at Davis, Primate Research Center is the only one that can provide the 16 animals for year two of the research plan. The delivery of these 16 Rhesus Macaques will take place in 2007. The vendor must have a PHS Approved Animal Welfare Assurance. The FOB Point shall be Origin, Rockville, Maryland, 20852. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors Commercial Items; Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications-Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items; FAR 52.225-3 Buy American Act, also, applies. To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (A). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Mr. Steve Gunn at (301) 402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time September 26, 2005. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive Room 2NE70A, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Mr. Steve Gunn at (301) 402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health/NIAID, Rockville, MD
Zip Code: 20852
 
Record
SN00896003-W 20050917/050915211912 (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.