Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

88 -- 5-6 Weeks Old Mice w/Keratinocyte-Specific STAT3 Deficiency

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1096818
 
Archive Date
2/1/2012
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for this requirement under Simplified Acquisition Procedures. The solicitation number is 1096818. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, January 3, 2012. The associated North American Industry Classification System (NAICS) Code is- 112990 - All Other Animal Production. Small Business Size Standard is $0.75 in millions of dollars. However, this requirement is not set-aside exclusively for small businesses. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on January 17, 2012 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for 50 transgenic mice with an epidermis specific deletion in the innate immune mediator STAT3. Objectives: The object of the solicitation is to obtain 50 transgenic mice with an epidermis specific deletion in the innate immune mediator STAT3. The mice are required for FDA Medical Countermeasures Initiative research focused on eczema vaccinatum, a poorly understood, severe complication of smallpox vaccination. The current goals are (a) to develop and characterize a novel model of eczema vaccinatum; (b) to evaluate potency of vaccinia immune globulin (VIG), the only approved therapeutic for eczema vaccinatum. Background: Smallpox vaccination is usually a harmless procedure, in which vaccinia virus is contained at the site of inoculation, but in a small percentage of cases the virus disseminates widely to cause severe illness. Such complications have traditionally been identified as discrete diseases with single causes, for example, progressive vaccinia (PV) in immunocompromised patients and eczema vaccinatum (EV) in persons with atopic dermatitis. However, current research indicates that the outcome of vaccination in fact reflects the interplay of a complex network of factors, including the anatomic structure and integrity of the skin; the numerous proteins that support keratinocyte barrier function; and innate and adaptive immune responses. FDA's most recent studies have focused on how key elements of cutaneous defense, either alone or in combination, contribute to the failure of vaccinia virus containment in the skin and increased severity of vaccinia-associated disease. The FDA recently observed that two key innate immune proteins, STAT3 and LL-37, are both expressed at the leading edge of skin lesions in vaccinia-inoculated SCID mice, which demonstrate a clearly circumscribed primary lesion and eventual lethal progressive spread of infection after a prolonged incubation period. To aid in evaluating the hypotheses, the FDA needs access to genetically defined mice which lack expression of STAT3 in the skin. BELOW PRICES SHALL INCLUDE ALL ANIMAL CRATING, SHIPPING AND HANDLING COSTS FOR ALL DELIVERIES. Item #1 Mice, 5-6 Weeks Old With Keratinocyte-Specific STAT3 Deficiency Performance Period: Base Year: Date of Award through Twelve Months The mice shall be provided in approximately 5 shipments/10 mice each over the course of approximately 12 months Quantity: 50 *Unit Price: _____________________ *Extended Price: _________________ Strain Identifier:__________________________ GSA Contract Number (if applicable): ________________________ *Price shall be inclusive of all handling, packaging, documentation, certification, records, transportation, etc. costs, i.e., shall not be separately priced or subsequently separately billed. The contractor shall: 1. Inform the FDA Principal Investigator (PI) and FDA Contracting Officer's Technical Representative (COTR) in CBER Division of Veterinary Services, promptly of the coming shipment. 2. Provide documentation required to ship live mice. 3. Ship animals to the FDA Veterinary Research Services in quantities of 10 per shipment, totaling 5 shipments over 12 months. 4. Assure the genotype and health status of each mouse in the shipment and provide records of genotype with shipment. 5. If a mouse is not healthy upon acceptance of delivery, the contractor agrees to replace the sick mouse at no extra cost, if requested by FDA. Deliverables: 1. Five shipments of 10 mice with keratinocyte specific STAT3 deletion. Total of 50 mice. 2. All shipped mice must be accompanied by a health certificate. 3. All mice must be accompanied with results from PCR tests to confirm STAT3 gene deletion in skin. 4. Healthy Mice. Mice will be examined upon arrival at the FDA. Unhealthy mice will be rejected. Quality Assurance Surveillance Plan: FDA reserves the right to reject a Tg mouse shipment if: 1. Mouse shipment arrives without health status certificate signed and approved by a qualified contractor's employee. 2. Mice were not genotyped and confirmed as having keratinocyte-specific STAT3 deletion. 3. Mice appear ill when examined upon arrival at the FDA. 4. Mice become ill during the first week while under quarantine at FDA Veterinary Health Facility as judged by staff of CBER Veterinary Services Branch. FOB Destination - U.S. Food and Drug Administration, Division of Veterinary Services, 8800 Rockville Pike, Building N29B Room B1N09, Bethesda, MD 20892. Payment Schedule: The contractor will be paid by FDA upon receipt of each shipment of healthy transgenic mice. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price (inclusive of options). The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1096818/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, Division of Veterinary Services, 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02651884-W 20120112/120110234543-54b5131c13561cef7dd7ecb700aa3b5b (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.