Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2007 FBO #2140
SOURCES SOUGHT

88 -- Maintenance and Support of a Specific Pathogen Free Indian Origin Rhesus Macaque Breeding Facility

Notice Date
10/4/2007
 
Notice Type
Sources Sought
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-AO200806
 
Point of Contact
Michele Pearlman, Contract Specialist, Phone 301-402-5644, Fax 301-480-0689, - Terrie Nestor, Contracting Officer, Phone 301-402-6790, Fax 301-480-0689
 
E-Mail Address
pearlmanm@niaid.nih.gov, tnestor@niaid.nih.gov
 
Description
The National Institutes of Allergy and Infectious Diseases, Division of Intramural Research (DIR), is seeking small business sources that can provide for year round breeding and daily maintenance of a specific pathogen free (SPF) breeding colony of Indian-origin rhesus macaques. The current founder breeding population is 404 rhesus macaques. The contractor shall provide all necessary facilities, personnel, and equipment to adequately house, feed, breed, and maintain in good health the SPF breeding colony. The contractor must also provide the necessary facilities and management to segregate and derive off-spring from serological positive founder breeders. The contractor shall be required to provide the Government with the maximum number of juvenile rhesus macaques possible. A minimum of one hundred fifty (150) juvenile rhesus macaques per year for the duration of this contract is required. In addition, the contractor must provide a variety of support services including: clinical laboratory and diagnostic pathology support facilities and services, quarantine services, animal identification, records keeping/analysis, and shipment of animals. The contractor?s Animal Care and Use Program must meet the following credentials: have an Office of Laboratory Animal Welfare, Animal Welfare Assurance number; USDA R Registered; and, Association for Assessment and Accreditation of Laboratory Animal Care International file number. The Contractor?s standards for animal care, biosafety, and occupational health and safety must conform to the Animal Welfare Act, PHS Policy on Humane Care and Use of Laboratory Animals, The Guide for Care and Use of Laboratory Animals, Biosafety in Microbiology and Biomedical laboratories (CDC-NIH 1999) and Occupational Health and Safety in the Care and Use of Research Animals (NRC 1997). All small businesses including veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns should respond with a capability statement by October 19, 2007, 11:00 am EDT. Teaming arrangements are encouraged. (No large businesses should respond to this announcement.) Capability statements must reference similar work that has been performed by the contractor and the dollar value of that work. This is a market survey, not a request for proposals. All questions must be directed, in writing, to Michele Pearlman at pearlmanm@niaid.nih.gov.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20817
Country: UNITED STATES
 
Record
SN01428615-W 20071006/071004223341 (fbodaily.com)
 
Source
FedBizOpps 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.