Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SPECIAL NOTICE

B -- Specialized Animal Services

Notice Date
7/26/2012
 
Notice Type
Special Notice
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
 
ZIP Code
27713
 
Solicitation Number
NIHES2012150
 
Archive Date
9/1/2012
 
Point of Contact
DIANNE M. GRAY, Phone: 9195417950
 
E-Mail Address
graydi@niehs.nih.gov
(graydi@niehs.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Information (RFI) July 26, 2012 NIEHS The National Institute of Environmental Health Sciences (NIEHS),seeks capability statements from readily available sources to supply barrier-reared and maintained rabbits, mice hamsters, gerbils, guinea pigs and specialized animal services to the Comparative Medicine Branch (CMB), Animal Resources Section (ARS) at the NIEHS. Goals: The purpose of the procurement is to provide an efficient and cost-effective centralized purchasing mechanism that can maintain uninterrupted support of the research animal needs of NIEHS intramural investigators; provide monitoring and oversight of the genetic quality and health status of research animals introduced into the NIEHS animal facilities; to provide monitoring and oversight of the genetic quality and health status of NIEHS-owned research animals housed and maintained offsite at the commercial contractor's facilities; to maintain compliance with various federal, state, local laws and NIH & NIEHS regulations affecting the use of laboratory animals, and to ensure that NIEHS Principal Investigators and the Comparative Medicine Branch have authorized the placement of individual animal procurement requests. Please provide information as it pertains to the following: 1) Commercial Animal purchases (a) Various strains and stocks of barrier-reared and maintained rats, mice, hamsters, gerbils, guinea pigs and rabbits which meet the specific genotype, health status, sex age, weight, and/or pregnancy requirements and surgical manipulations, as included in the vendors' commercial catalogues, websites, or notifications of availability; and various blood, tissues, organs other biological specimens. 2) Specialized Animal Services (b)Various specialized animal services, which may include, but not limited to; rederivation, cryopreservation, cryopreservation storage, quarantine, customized breeding, colony development, production and maintenance, animal health surveillance and diagnostic testing; genetic monitoring, diagnostic and testing services, veterinary services, customized research protocols, rodent export and import services, and/or antibody production services, as included in the vendor's commercial catalogues, websites, or notifications of availability. The Contractor shall be regularly engaged in the breeding, raising and shipping of the animals described. The animals, tissues, organs, and blood or serum supplied under this contract shall be maintained and collected in the Contractor's facilities. The Contractor shall operate any and all proposed facilities for services related to rederivation of animal models for the elimination of the vertical and horizontal transfer of pathogens, parasites and other undesired organisms, cryopreservation for mouse and/or rat embryos or germplasm, and colony production and maintenance. However, with the Government's approval, some or all of the long-term storage of cryopreserved embryos (repository functions) may be subcontracted. All contractors shall have a minimum of 5 years experience providing laboratory animals to biomedical research facilities. Contractors shall have a PHS Assurance from the NIH Office of Laboratory Animal Welfare (OLAW), and shall be accredited by the Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC), and shall be registered with the United States Department of Agriculture (USDA) if utilizing regulated species. In addition, the Contractor shall comply with all applicable laws, regulations and standards governing animal welfare while performing under this contract. All facilities, practices and procedures of husbandry, care and maintenance of animals used in the performance of this contract shall be in accordance with the latest issue in effect of the Guide for Care and Use of Laboratory Animals. The Contractor shall have an active pest control program to prevent the introduction of pathogenic agents from wild rodents to research animals housed in production facilities. The Contractor shall have a health surveillance and disease control programs. The Contractor shall be responsible for the cost of the testing. Oversight of these programs shall be developed, administered, and directed by a veterinarian who is board certified eligible for certification by the American College of Laboratory Animal Medicine. The veterinarian may be a full time member of the Contractor's staff or an Adjunct Consultant. The intended procurement will be classified under the North American Industry Classification System (NAICS) code 112990 and all OTHER animal production with a size standard $.75M. The Government anticipates that there will be multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts awarded for this requirement. A period of performance to include base period of one year, with four and ½ year(s) option periods...not to exceed 5 years and 6 months duration cumulative (is anticipated). The proposed services will be obtained through the issuance of individual, fixed-price delivery orders. The planned release date of the solicitation document is on or about October 10, 2012 2012 with a due date of November 10, 2012. The anticipated contract award date is June 15, 2013. This RFI is open to ALL businesses regardless of size. If a large business is selected for the resultant award(s), it must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan. The following denotes information/input requested: Company Information Vendors shall provide a summary about their company. Included in the summary will be: a. Company name and address b. Years in business c. Type of company d. Point of contact, including telephone number and email address, for representative of the interested firm e. A brief overview of your firm's capabilities f. A list of clients or experience in the areas described above g. Do you have a GSA vehicle that could be utilized for these services? If yes, please provide the contract number and point of contact information. Deadline for response(s) Responses are requested by 3 pm Eastern Daylight Time on August 17, 2012. Responses must be in PDF format and submitted to graydi@niehs.nih.gov Questions must be electronically submitted to graydi@niehs.nih.gov Primary Point of Contact: Dianne M. Gray, Contract Specialist, NIEHS, OM, Office of Acquisitions graydi@niehs.nih.gov 919 541 7950 Page Limitation: 20 pages, Times New Roman Font 12 Pre-created marketing literature may be submitted in addition to the 20-page limitation requirement IMPORTANT NOTATION: This Request for Information (RFI) is not a request for proposal, request for quotation, or an offer or an Invitation for bid, nor does its issuance restrict the Government on its eventual disposition activities. This is an RFI ONLY, and all information received will be used for planning and market research purposes only. Information received will not be published. Your response(s) may be releasable to the public under the Freedom of Information Act (FOIA), 5 U.S.C. §. If you wish for NIEHS to consider any portion of your response exempt from disclosure under the FOIA, your respective organization/agency should clearly mark that portion as "confidential commercial information." The procedures for such markings are clearly defined in Title 45, Volume 1, Subtitle A - Department of Health and Human Services, Part 5 - Freedom of Information Regulations, Subpart F (Reasons for Withholding Some Records); 5.65 (Exemption four: Trade Secrets and confidential commercial or financial information.) Respondents will not be notified of any results derived from a review of the information provided. This RFI should not be construed as a committment by the Government, and no Contracting Officer intends to award a contract based on your responses. All information contained in the RFI is preliminary and is subject to modification and is no way binding on the Government. The Government will not pay for information received in response to this RFI. All responders to this RFI are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2012150/listing.html)
 
Place of Performance
Address: 111 T.W. Alexander Drive, Research Triangle Park, NC, DURHAM, North Carolina, 27707, United States
Zip Code: 27707
 
Record
SN02817235-W 20120728/120727001014-402240ec487431aa4e800916f4a11c48 (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.