Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2013 FBO #4248
SOLICITATION NOTICE

88 -- Transgenic Mice

Notice Date
7/10/2013
 
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
FDA-SOL-1119048
 
Archive Date
7/30/2013
 
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
The Food and Drug Administration intends to award a Purchase Order on a sole source basis to The Jackson Laboratory, 600 Main St., Bar Harbor, ME 04609 for the items listed below. 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; no request for quote (RFQ) is available and a written solicitation will not be issued. Not withstanding, any firm that believes it is capable of providing the required items as stated herein may submit a capability statement to document its ability to provide the required item. A determination to compete this procurement based on a response to this notice is solely within the discretion of the government. The solicitation number is FDA-SOL-1119048. No RFQ is available. Sole source determination is based on the need for 50 transgenic mice with an epidermis specific deletion in the innate immune mediator STAT3. These mice were required for the FDA Medical Countermeasures Initiative research focused on eczema vaccinatum, a poorly understood, severe complication of smallpox vaccination. With the current goals of (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. As a result The Jackson Laboratory develops a strain of mouse not currently in existence that is homozygous for the Stat3 gene and homozygous for the KRT14-cre gene. If a new potential supplier was discovered as a result of issuing this solicitation, they would first have to develop the highly specific strain before production to fulfill the contract which would take additional time. Furthermore a change in supplier would result in compromising the study efforts by introducing animal of different genetic parental genes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67 June 21, 2013. The associated North American Industry Classification System (NAICS) Code is- 112990- All Other Animal Production; tiny_mce_marker.75 Small Business Size standards in millions of dollars. The Food and Drug Administration intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 for the following. Scheduled items include: 1. STAT 3 Mice 5-8 Weeks of Age 50 ea To be delivered in 6 monthly shipments over a 6 month period after receipt of order. Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point Destination. FDA/CBER, 1401 Rockville Pike, Rockville, MD 20852. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None 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: (i)Technical capability of the item offered to meet the Government requirement. (ii) Price. The Government will award a contract resulting from this solicitation to this responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. Technical acceptability will be determined by review of information submitted which provides a description in sufficient detail to show that the product offered 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, offeror must furnish as part of a proposal all descriptive material necessary for the government to determine whether the product meets the technical requirements. Offers shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. Contract clauses- The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (Jun 2013) The following addenda have been attached to the clause: The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov/far/ FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (MAY 2011) FAR Clause 52.204-7 Central Contractor Registration. (DEC 2012) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 352.223-70 Safety and Health JAN 2006 352.231-71 Pricing of Adjustments JAN 2001 352.242-71 Tobacco-Free Facilities JAN 2006 The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. The Contracting Officer for this order is: To be completed at time of award: Phone: (870) 543-XXXX Email: xxxx The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The COR for this order is: to be completed at time of award. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52-225-3 Alt I, 52.225-13, and 52.232-33. If the Offeror fails to furnish required Laboratory animal representations, Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) Certification, and the ability to provide certification as to the overall health of sentinel animals for the past 2 years and certifications, or reject the terms and conditions of the solicitation, the Offeror may be excluded from consideration. Offerors may submit a capability statement to document its ability to provide the required items, which will be considered if received on or before July 15, 2013 by 9:00 am (Central Standard Time in Jefferson, Arkansas). The statements must reference FDA-SOL-1119048. The Offers are due in person, by postal mail, fax or email at the Food and Drug Administration, NCTR/OSS/OFFAS, HFT-320, 3900 NCTR Road, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Howard Nesmith at (870) 543-7459, FAX (870) 543-7990 or email howard.nesmith@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1119048/listing.html)
 
Place of Performance
Address: FDA/CBER, 1401 Rockville Pike, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03112152-W 20130712/130710235047-28a3249d6e459fb2fc930b406a3f5b40 (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.