Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
SOLICITATION NOTICE

88 -- Operation and Maintenance of the Alamogordo Primate Facility (APF) - Draft SOW

Notice Date
9/20/2018
 
Notice Type
Presolicitation
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NIHLM201800067
 
Archive Date
10/20/2018
 
Point of Contact
April Merriwether, Phone: 3018276424, Vinton M. Grant, Phone: 3018276401
 
E-Mail Address
merriwetheran@mail.nih.gov, vinton.grant@nih.gov
(merriwetheran@mail.nih.gov, vinton.grant@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work This is a presolicitation/notice of intent to sole source for services prepared in accordance with FAR Part 15. It is the intent of the National Institutes of Health (NIH), Division of Program Coordination, Planning, and Strategic Initiatives (DPCPSI) to procure professional services on a sole source basis from Charles River Laboratories, Inc. 251 Ballardvale Street, Wilmington, MA 01887 to operate and maintain the Alamogordo Primate Facility (APF). The North American Industry Classification System Code (NAICS) is 541940-Veterinary Services. Background: The National Institutes of Health (NIH) and the U.S. Air Force (USAF) have an agreement to house and care for chimpanzees at the facility named Alamogordo Primate Facility located on the Holloman Air Force Base (HAFB) in Alamogordo, New Mexico. The National Institutes of Health (NIH) requires a Contractor to operate and maintain the APF and its animal care and use program. MAINTENANCE OF CHIMPANZEES IS REQUIRED; NO RESEARCH IS ALLOWED. The Contractor's personnel must clear background checks performed by HAFB and the Contractor must be approved by HAFB to enter the facilities as the APF occupies a series of closely located buildings on the HAFB. Each of Buildings 1301, 1302, 1303, and 1304 can house approximately 72 animals, in 12 dens holding approximately 6 animals each. Thus, the theoretical capacity is approximately 288 chimpanzees. Purpose/Objectives: The purpose of this requirement is to operate and maintain the APF. The NIH will retain title to the chimpanzees. There is no requirement or expectation for the Contractor to take title to the chimpanzees. However, any chimpanzee that is born at APF shall be owned and supported financially by the Contractor. The current primate population at APF is expected to be between 40 to 50 aged chimpanzees housed in single sex groups. Most of the chimpanzees have been exposed to viruses such as hepatitis C virus (HCV) and human immunodeficiency virus (HIV), or both. The animals have disease complications associated with aging, including cardiovascular disease, renal disease, diabetes, hepatitis, arthritis, obesity, and uterine masses. Most have comorbidities. These chimpanzees need to be routinely monitored and medically managed with an emphasis on the animal's quality of life. Few of the chimpanzees are vasectomized or implanted with Norplant. NO MORE ANIMALS CAN BE BROUGHT ON BASE. Any NIH-owned animals taken off the base cannot be returned to the base. The number of chimpanzees is expected to decrease over time as they die due to natural causes or are humanely euthanized in accordance with quality of life guidelines. Contractor Requirements, Tasks and Deliverables: The Contractor shall furnish all the necessary labor, materials, supplies, equipment, resources and services necessary to perform the work set forth in the statement of work (SOW) and to comply with all applicable laws, regulations, policies, protocols and procedures. Contractor requirements, tasks and deliverables are specified in the attached SOW. Period of Performance: The period of performance shall be a Base Period of twelve (12) months from date of award with four option years. Place of Performance : The work to be performed under the resultant contract shall be performed at the Contractor's facility. Sole Source Justification: Charles River Laboratories, Inc. is a private, for-profit organization that is uniquely qualified to provide the services, property, facilities and resources required to accommodate 40 to 50 aged animals with disease complications and comorbidities associated with aging, including cardiovascular disease, renal disease, diabetes, hepatitis, arthritis, obesity, and uterine masses. There are high risks associated with the care of these animals as most of the chimpanzees have been exposed to viruses such as hepatitis C virus (HCV) and human immunodeficiency virus (HIV), or both. Drawing upon more than six decades of animal care and management experience, and more importantly, 17 years of dedicated service to supporting the chimpanzee facility at the APF, Charles River Laboratories, Inc. staff possess the site-specific knowledge and expertise required to humanely and safely care for this unique chimpanzee colony unmatched by any other organization. Therefore, it would be in the best interest of the government to solicit, negotiate, and award the contract to Charles River Laboratories, Inc. on a sole source basis because of their unique ability to satisfy the SOW in a compliant, efficient and timely manner. This action is being conducted under the authority of 41 U.S.C. 253( c )(1), as set forth in FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This is not a Request for Proposals (RFP), nor is a RFP available; however, all responsive sources may submit a proposal in a timely manner which will be considered by NIH. Firms interested in responding to this notice must be able to provide the required services, property, facilities and funding specified in the SOW and in compliance with all applicable laws, regulations and policies. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses shall be in writing and shall be electronically transmitted to merriwetheran@mail.nih.gov and vinton.grant@nih.gov by 2:00 PM EST on Friday, October 5, 2018. Submissions shall include pricing information and shall reference Presolictation/Intent to Sole Source Notice No. NIHLM201800067.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM201800067/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN05098355-W 20180922/180920231117-e6704d3a3880cb0d2fe101b07f48c820 (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.