Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOLICITATION NOTICE

88 -- Purchase 25 to 50 female Rhesus, Indian origin Non-human primates (NHP) in support of the Walter Reed Army Institute of Research

Notice Date
3/24/2008
 
Notice Type
Solicitation Notice
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W74MYF8080N552
 
Response Due
4/10/2008
 
Archive Date
6/9/2008
 
Point of Contact
Kristen.Trump, 301-619-2346
 
E-Mail Address
Email your questions to US Army Medical Research Acquisition Activity
(kristen.trump@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Medical Research Acquisition Activity intends to purchase 25 to 50 female Rhesus, Indian origin Non-human primates (NHP) in support of the Walter Reed Army Institute of Research. Multipule award contracts will be awarded based on avail ability of NHP from each contractor and the ability to deliver within 90 days from award. This is a combined synopsis / soliciation, no solicitation will be released for this requirement. When submitting proposals for this requirement  the control numbe r will be W74MYF8080N552. This is a full and open competition, NAICS code is 112990 for this procurement. All contractors submitting proposal must comply with ALL of the following requirements. List age, birth date, tatto, and price for each proposed N HP when submitting proposal. NHP purchased will be delivered to one of the following locations as designated by the Government at time of purchase. Primate Products, Inc. Miami, FL, Or Covance Research Products, Inc., Alice, TX. Animals will be procured in the following categories: Female Rhesus, Indian Origin, Age: preferably weanling to 5 years of age. Will consider females up to 10 years of age. Intended purchase requirements: 25 to 50 based on availability of animals to be delivered within 90 days a fter award. Specifications C.l. Animals shall be from a domestic, qualified, USDA licensed dealer or commercial breeder. The Contractor(s) shall certify that he/she is a USDA licensed dealer or commercial breeder. C.2. Animals shall be colony/purpose bre d preferably within the USA. The rhesus NHPs need to be of Indian origin. All animals shall be sold in compliance with all U.S., Federal, State, and local regulations, laws, and ordinances. C.3. Animals will be ten (10) years of age or less but not younger than weanlings, and shall not have previously been used for any surgical or other research experimentation. Special considerations will be considered by the Government (WRAIR) on a case-by-case basis. C.4. Animals shall be female and suitable for breeding or in the case of younger animals, suitable for future breeding. C5. Animals shall be permanently tattooed with their individual ID number so as to be clearly visible on the chest and easily readable. C.6. Animals shall not be reproductively altered (OHE, etc.). C.7. Animals shall have normal maxillofacial skeleton with no defects (i.e., normal anatomy). This shall include normal, healthy dentition and gingiva. C.8. Animals shall be singly housed and conditioned (i.e., fed and watered individually) at leas t fifteen (15) calendar days prior to delivery. Special considerations will be considered by the Government (WRAIR) on a case-by-case basis. C.9. Animals shall be in good health to include well-fleshed and in good physical condition and be free of physical malformations and clinical signs of disease (i.e., cardiovascular, respiratory, intestinal, internal/external parasitism, etc). Animals shall also have no obvious behavioral problems (the animal does not exhibit any stereotypic maladaptive behavior such a s self-clasping, self-biting, or consistent circling and there is no physical evidence such as bite wounds or alopecia secondary to excessive self-grooming, that indicates that the animal is exhibiting these behaviors). C.10. Rhesus shall test antibody neg ative for Cercopithecine Herpes Virus-I, Simian T Lymphotropic Virus (STLV-1), Simian Immunodeficiency Virus (SIV), and Simian Retrovirus (SRV) Types 1,2,3, and 5 within 30 days prior to delivery. Animals shall also test negative by means of virus isolatio n or polymerase chain reaction (PCR) for SRV Type 2 within 30 days prior to delivery. All animals shall remain negative during tests performed by the Government for a period of forty-five (45) calendar days after delivery. Special considerations will be co nsidered by the Government (WRAIR) on a case-by-case basis and by current requirements by investigators. C.11. Animals shall be negative for Salmonella, Shigell a and Campylobacter on two (2) rectal cultures performed two (2) days in a row within 30 days prior to shipment. Additionally, the animals shall be tested one (1) time and found negative for Klebsiella pneumoniae, subtypes rmpA and magA, 30 days prior to s hipment. All animals shall remain negative for these bacteria during tests performed by the government for a period of forty-five (45) calendar days after delivery. Special considerations will be considered by the Government (WRAIR) on a case-by-case basis . C.12. Animals shall have had a minimum of three (3) consecutive negative intradermal tuberculin tests, two (2) to three (3) weeks apart, the last of which shall not have been administered any sooner than ten (10) calendar days prior to shipping. Special considerations will be considered by the Government (WRAIR) on a case-by-case basis. C.13. Each animal shall be accompanied by an APHIS Form 7020 (Record of Acquisition,Disposition or Transport of Animals) which shall include the animal's individual ID num ber and a signed interstate health certificate which shall include the animal's individual ID number, and certification of tuberculin tests to include date of last test, type of tuberculin used, and test results. C. 14. Animals shall be negative for common pathogenic helminth and protozoal parasites on fecal exam performed within 30 days of delivery. Also, animals must have no visible evidence of external parasites (e.g. lice, ticks, mites, ringworm, etc.) Special considerations will be considered by the Go vernment (WRAIR) on a case-by-case basis. C.15. Prior to shipping, Vendor must notify Division of Veterinary Medicine, WRAIR of any known significant infectious disease causing agents in the breeding colony of origin or in the facility(ies.) where the anim als have been maintained by the Vendor. Notification is to be made to: Division of Veterinary Medicine, ATTN: Contract Officer Representative,WRAIR, 511 Robert Grant Ave., Silver Spring, MD 20910. (Additional Information will be made available upon award ). C. 16. Animals shall be off all medication prior to shipment and not need any further medication. C.17. Each animal shall be accompanied by a complete individual health record, testing results, source, CITES document (if applicable), and complete diagno stic history. Alternatively, this documentation may be sent to the address listed in C.15 prior to shipment of the animals. C.18. As required by the Government, whole blood/serum will be obtained to pre-screen the animals by the primary investigator prior to purchase. This will be completely cost recoverable. D. 1. COMMERCIAL PACKING: Packing, handling methods and conditions of transportation shall be in accordance with all standards promulgated pursuant to U.S. Department of Agriculture, Title 9, Code of F ederal Regulations, Subchapter A, Animal Welfare Act and in compliance with all U.S. Federal, State, and local regulations, laws, and ordinances. D.2. CONTAINERS: Animals shall be delivered in properly ventilated escape-proof crates furnished by the contr actor(s). Each animal shall be situated in a separate compartment for delivery purposes unless another method is approved by the Contracting Officer Representative prior to time of shipment. Only clean uncontaminated crates shall be used in transporting th e animals. Container costs will be included in the animal contracted price. Reusable containers can be used with the Government paying for the shipment of the containers back to the Contractor(s). D.3. MARKING: Each crate shall be marked with the delivery address, purchase request number, contract number and animal identification. E.l. INSPECTION: E.l.l. The Government reserves the right to inspect the breeder's records to verify the source of the animals being provided, and to inspect the contractor's fa cilities to ensure compliance with all Federal, state, and local regulations, laws, and ordinances. E.1.2. The animals shall be given a cursory visual examinati on within twenty-four (24) hours of arrival by a veterinarian from the designated facility. Those animals dead on arrival, dying, exhibiting clinical signs of infectious, contagious, or communicable diseases or parasites or not otherwise appearing in a phy sically sound and healthy condition shall be rejected at the discretion of the examining veterinarian (refer to E.3). The animals will be given a complete physical examination within 7 working days of arrival. Animals exhibiting scars, wounds, lesions, abn ormal physiological, physical or behavioral characteristics, emaciation, or animals found not meeting contract specifications (i.e. weight, sex, type) shall be rejected at the discretion of the examining veterinarian. E.1.3. The animals shall undergo serol ogical testing for the presence of antibodies to Cercopithecine Herpes Virus-I, STLV, SIV, and SRV (Types 1,2,3, and 5) viruses, as well as virus isolation or PCR for SRV Type 2 for macaques within forty-five (45) calendar days after arrival. Those animals found not in compliance with the specifications indicated in Section C, to include those animals exhibiting antibodies to Cercopithecine Herpes Virus-I, STLV, SIV, and SRV viruses (antibodies, PCR or virus isolation for SRV) for macaques as stated above, shall be rejected. E.1.4. Those animals found not in compliance with the specifications indicated in Section C, to include those animals testing positive for bacteria of concern [Shigella, Salmonella, Campylobacter and Klebsiella (rmpA and magA subtypes)], shall be rejected. Special considerations will be considered by the Government (WRAIR) on a case-by-case basis. E.l.5. Those animals demonstrating a positive intradermal tuberculin test within forty-five (45) calendar days of arrival at the designated fa cility, shall be rejected. E.l.6. Upon notification to the contractor of such rejection, the animals shall be disposed of by the government in accordance with existing regulations and paragraph E.19 below. E.l7. The contractor(s) shall be notified within f orty-eight (48) hours of rejection. E.18. OFFICIAL RECEIPT, ACCEPTANCE and CORRESPONDENCE: Official receipt and acceptance for payment authorization of the animals delivered in accordance with the terms and conditions of the contract shall take place on th e forty-sixth (46th) calendar day after receipt of the animals to the designated facility. E.19. DISPOSITION INSTRUCTIONS FOR REJECTED ANIMALS: The contractor(s) shall provide immediate disposition instructions for rejected animals, with the exception of t hose animals demonstrating a positive intradermal tuberculin test. In the event that disposition instructions for rejected animals are not received from the contractor within three (3) calendar days of notification by the Government, disposition shall be m ade in accordance with existing regulations. Removal from the premises of all animals, with the exception of those animals demonstrating a positive intradermal tuberculin test, shall be at the contractor's expense and shall be accomplished within seven (7) calendar days of rejection notification. E.20. REPLACEMENT OF REJECTED OR DESTROYED ANIMALS: Rejected or destroyed animals shall be replaced by the contractor(s) within sixty (60) calendar days of the date of rejection/destruction notification, or at the request of the Government. Applicable is FAR 52.212-2, Evaluation-Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, rep resenting the best value to the Government price and other factors considered. Evaluation of offers shall be based on the following factors: (1) Technical capability (2) Past Performance, and (3) Price. Factors are listed in their relative order of imp ortance. Each offeror must (1) submit written information that pertains to their capability to perform the required services which demonstrates knowledge of th e requirement and all certifications (2) identify two federal, state, local government, or private contracts for which the offeror has performed work similar to the SOW in this solicitation (include contracts within the last two years, POCs, and telephone numbers). This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2005-16. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. A completed co py of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause 52.212-5, Cont ract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition including 52.203-6 Restrictions on Subcontractor Sales to the Government with Alt I; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of t he Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The DFARS claus e 252.212-7001 Contract Terms and Conditions. Defense Acquisitions of Commercial Items applies to this acquisition including 252.225 -7001, Buy American Act and Balance of Payment Program. The DFARS Clause 252.204-7004 Required Central Contractor Registrat ion applies. Full FAR/DFARS text may be obtained at website http://www.arnet.gov/far. IMPORTANT-- You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for m ore information or visit the CCR website at http://www.ccr.gov. (FAR clauses 52.222-41,52.222-42, and 52.222-43 apply). Any questions are due by 01 April 2008 in writing (see POC below) please use the reference number for subject line. Proposals are due on 10 April 2008 at 1:00 E.S.T. to USAMARRA, Attn: MCMR-AAA-W, Bldg 820, Fort Detrick, MD 21702-5014. POC is Kristen Trump, kristen.trump@det.amedd.army.mil.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN01540100-W 20080326/080324224914 (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.