Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2008 FBO #2425
SOLICITATION NOTICE

88 -- Purchase approximately 18 nave Male African Green Non-human primates (NHP) (4.5 6 kg)

Notice Date
7/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-8191N498
 
Response Due
7/30/2008
 
Archive Date
9/28/2008
 
Point of Contact
Kristen.Trump, 301-619-2346
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Medical Research Acquisition Activity intends to purchase approximately 18 nave Male African Green Non-human primates (NHP) (4.5 6 kg) to be delivered to Walter Reed Army Institute of Research (WRAIR), 511 Robert Grant Ave. Silver Spring, MD 20910 no later than 14 August 2008. Multipule award contracts will be awarded based on availability of NHP from each contractor and the ability to deliver by 14 August 2008. This is a combined synopsis / soliciation, no solicitation will be released for this requirement. When submitting proposals for this requirement the control number will be W74MYF8191N498. 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 NHP when submitting proposal. This SOW is for a Competitive Multiple Award contract for the procurement of African Greens (Chlorocebus aethiops) and for the testing, purchasing, quarantine, maintenance and delivery, as set forth below. B.1. Animals are to be delivered to the following location as designated by the Government: Walter Reed Army Institute of Research (WRAIR), 511 Robert Grant Ave., Silver Spring, MD 20910 B.2. Animals will be procured in the following categories: Male African Green, adult (4.5 6 kg). B.3. Contractor(s) will potentially provide up to a total of 18 nave animals. Billed on a per animal basis. B.4. Animals must be delivered to the above address by 14 August 2008. 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 for the species referenced in Section B. C.2. All animals shall be sold in compliance with all U.S. Federal, State, and local regulations, laws, and ordinances. C.3. Animals will be adults and shall not have previously been used for any surgical or other research experimentation. C.4. Animals shall be male. C.5. 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 (e.g. castrated). 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) 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 as 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. African greens shall test antibody negative for Simian T Lymphotropic Virus 1 & 2 (STLV), Cercopithecine Herpesvirus 2 (SA8), Simian Immunodeficiency Virus (SIV), Measles, and Simian Hemorrhagic Fever (SHF) within 60 days prior to delivery. Special considerations will be considered by the Government (WRAIR) on a case-by-case basis and by current requirements by investigators. C. 11. Animals shall have a negative intradermal tuberculin test, administered no sooner than ninety (90) calendar days prior to shipping. Special considerations will be considered by the Government (WRAIR) on a case-by-case basis. C.12. Each animal shall be accompanied by an APHIS Form 7020 (Record of Acquisition, Disposition or Transport of Animals) which shall include the animals individual ID number and a signed interstate health certificate which shall include the animals individual ID number, and certification of tuberculin tests to include date of last test, type of tuberculin used, and test results. C. 13. Animals shall be negative for common pathogenic helminth and protozoal parasites on fecal exam performed within 15 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 Government (WRAIR) on a case-by-case basis. C. 14. 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 animals have been maintained by the Vendor. Division of Veterinary Medicine, ATTN: Contract Officer Representative, WRAIR, 511 Robert Grant Ave., Silver Spring, MD 20910. C.15. Animals shall be off all medication prior to shipment and not need any further medication. C.16. Each animal shall be accompanied by a complete individual health record, testing results, source, CITES document (if applicable), and complete diagnostic history. Alternatively, this documentation may be sent to the address listed in C.14 prior to shipment of the animals. C.17. As required by the Government, whole blood/serum will be obtained to pre-screen the animals by the primary investigator prior to purchase. These samples can be from random animals in the colony. Primary investigator figures that if one animal has been exposed then there is a potential for others. 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 Federal 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 contractor(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 the 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.1. INSPECTION E.1.1. The Government reserves the right to inspect the records to verify the source of the animals being provided, and to inspect the contractors facilities to ensure compliance with all Federal, state, and local regulations, laws, and ordinances. E.1.2.The animals shall be given a cursory visual examination within twenty-four (24) hours of arrival by a veterinarian. Those animals dead on arrival, dying, exhibiting clinical signs of infectious, contagious, or communicable diseases or parasites or not otherwise appearing in a physically 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, abnormal 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. 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.3 below. E.1.4. The contractor(s) shall be notified within forty-eight (48) hours of rejection. E.2. 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 the fifteenth (15th) calendar day after receipt of the animals to WRAIR. Copies of any invoices out of this agreement will be provided to: WRAIR Department of Animal Husbandry, ATTN: Linda Davis, 511 Robert Grant Ave., Silver Spring, MD 20910 E.3. DISPOSITION INSTRUCTIONS FOR REJECTED ANIMALS The contractor(s) shall provide immediate disposition instructions for rejected animals. 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 made in accordance with existing regulations. Removal from the premises of all animals shall be at the contractors expense and shall be accomplished within seven (7) calendar days of rejection notification. E.4. REPLACEMENT OF REJECTED OR EUTHANIZED ANIMALS Rejected or euthanized animals shall be replaced by the contractor(s) within fifteen (15) calendar days of the date of rejection/euthanized 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, representing 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 importance. Each offeror must (1) submit written information that pertains to their capability to perform the required services which demonstrates knowledge of the 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 copy 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, Contract 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 the 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 clause 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 Registration 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 more 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 30 July 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e9e42bd9000486f28afc7011a7c5bcc&tab=core&_cview=1)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN01614143-W 20080717/080715222630-5e9e42bd9000486f28afc7011a7c5bcc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.