SOLICITATION NOTICE
99 -- Biological Material / Mouse Strain XMG4/kl
- Notice Date
- 6/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- 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, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NIAID-NOI-13C-1627220
- Archive Date
- 7/3/2013
- Point of Contact
- Terry M Knight, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
- E-Mail Address
-
knightte@niaid.nih.gov, talexander@niaid.nih.gov
(knightte@niaid.nih.gov, talexander@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued for the solicitation number NIAID-NOI-13C-1627220 a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66 dated April 1, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside, however small disadvantage, minority, veteran owned and HUB zone companies etc., are encourage in submitting a proposal. The associated North American Industry Classification System (NAICS) Code is 325414, which has a business size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intend to procure mouse strain XMG4/kl on a sole source basis with Charles River Laboratories. The mouse strain was developed and patented by Amgen and is only supplied through Charles River Laboratories. Charles River Laboratories will be provided with XMG4/kl mice from Amgen to start a colony for NIAID, a total of 300 mice over a one (1) year period will be provided consisting of vasectomies and ovariectomies, production of colony will be maintained in order to meet goals of 10 shipments consisting of 30 animals each (15 males / 15 females), and a complete health monitoring and helicobacter PCR will be performed quarterly. Item/Description/Quantity: 1) 3' Basic Isolator Maintenance, #26101162, qty-7wk, 2) 6' Basic Isolator Maintenance, #26101159, qty- 2wk, 3) 8' Basic Isolator Maintenance, #26101164, qty-43wk, 4) Vasectomy, #26101596, qty-150, 5) Ovariectomy, #26101590, qty-150, 6) Set-up, #26101281, qty-20, 7) GEMS Standard HM & Hellco (Protocol #510), #26102655, qty-4, 8) Sentinels, #26101617, qty-20, 9) GNOTOSAFE Crate, #26101354, qty-60. Delivery shall be one (1) year from date of award to Bethesda, Maryland, 20892. The following factors shall be used to evaluate offers: 1) capability to meet required specifications, 2) price, and 3) delivery. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are 'Destination' and Net 30. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-2 Evaluation Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in SAM will make an Offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Saving Time (EDST), Tuesday, June 18, 2013 through the U.S. Postal Service at the address of NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52E, Bethesda, MD, 20892-4811. Email and fax submissions are not acceptable. Requests for information concerning this requirement are to be addressed to Terry Knight at 301-402-2282, or email knightte@niaid.nih.gov. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-13C-1627220/listing.html)
- Place of Performance
- Address: National Insitutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03078446-W 20130605/130603235034-9f87a697e1efe997ccf3f147cf2fc05a (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 |