Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2018 FBO #6187
SOLICITATION NOTICE

88 -- Support for Specific Pathogen Free Indian-Origin

Notice Date
10/30/2018
 
Notice Type
Presolicitation
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHAO201800008
 
Archive Date
11/29/2018
 
Point of Contact
Shivani D. Patel, Phone: 2406695127, Callie Prassinos, Phone: 240-669-5155
 
E-Mail Address
shivani.patel@nih.gov, Callie.prassinos@nih.gov
(shivani.patel@nih.gov, Callie.prassinos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice Information Introduction The Dale and Betty Bumpers Vaccine Research Center (VRC) at the National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH) was established to facilitate research in vaccine development. The VRC is dedicated to improving global human health through the rigorous pursuit of effective vaccines for human diseases and agents with bioterrorism potential. The VRC Nonhuman Primate (NHP) Program has played an active role in vaccine and therapeutic development for infectious diseases including global killers such as human immunodeficiency virus (HIV) and tuberculosis; emerging and re-emerging health threats such as respiratory syncytial virus (RSV), influenza virus, Zika virus, chikungunya virus, West Nile virus, and Middle East respiratory syndrome coronavirus (MERS-CoV); and "deliberately emerging" threats from potential agents of bioterrorism such as smallpox virus. Research into the above is accomplished by studying the pathogenesis of virus infection in primates and applying that information toward human vaccine development. This is a recompetition of existing contracts entitles "Support for Specific Pathogen Free Indian-Origin Rhesus Macaque Colonies" under contract number HHSN272201400001I with University of Louisiana at Lafayette; HHSN272201400002I with Alpha Genesis, Inc &; HHSN272201400003I with Primate Product, LLC. NIAID anticipates awarding two to three Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts to the organizations that best meet the overall qualifications needed to fulfill the technical requirements outlined in the Statement of Work. The base contracts will be awarded on or about June 20, 2019 for a period of 5 years, through Jun 19, 2024. Offerors must be capable to perform all work, directly or through subcontractors and/or consultants, the activities under Task Areas 1- Maintenance of a Nonhuman Primate holding Colony and Task Area 2 - Operation of a Nonhuman Primate Breeding Colony. Immediately upon award of the contract, the Government intends to award Task Orders in both Task Areas. Offerors should be capable of maintaining full and continuous accreditation of animal facilities by AAALAC (Association for Assessment and Accreditation of Laboratory Animal Care) [http://www.aaalac.org/accreditation/index.cfm], Office of Laboratory Animal Welfare (OLAW) Assurance [http://grants.nih.gov/grants/olaw/olaw.htm], and compliance with the Public Health Service Policy on Humane Care and Use of Laboratory Animals, including environmental enrichment http://grants.nih.gov/grants/olaw/references/phspol.htm. Offerors shall provide qualified personnel, materials, equipment, and facilities to operate a breeding colony and maintain nonbreeding (holding) colonies of Specific Pathogen Free (SPF) Indian-origin rhesus macaques for the use of the VRC or another designee as requested by the COR. Offerors shall provide Housing and Care of Non-human Primates (NHPs) provided by the Government, including all (indoor/outdoor) facilities, equipment, and other resources necessary to adequately house, feed, care for, and maintain a colony or colonies of up to 1000 of SPF Indian-origin rhesus macaques NHPs. The spacing must be adequate to accommodate potential growth either through breeding or additional shipments as needed. Below is a general description of the Task Areas: A. Task Area 1 - Maintenance of a Non-Breeding Nonhuman Primate Holding Colony. A SPF non-breeding, holding colony will consist of mostly sub-adults that have not yet matured to the needed research age or weight. B. Task Area 2 - Operation of a Breeding Nonhuman Primate Colony. Government-owned nonhuman primates shall be provided to the Contractor from other facilities or free-range installations. Juvenile primates who have reached a specified age and weight will be selected for transfer to the VRC or other designee as directed by the COR. Immediately upon award of the base contract, the Government intends to award Task Orders in Task Area 1, Maintenance of a Non-Breeding Nonhuman Primate Holding Colony, and Task Area 2, Operation of a Breeding Nonhuman Primate Colony: A. Task Area 1: Maintenance of a Non-Breeding Nonhuman Primate Holding Colony: Up to two (2) Task Orders will be issued immediately upon award, which will include Term Options to extend the period of performance for a maximum total period of 5 years (June 20, 2019 through June 19, 2024. In addition, Options 5001-94004 (Increased Quantity Options) will be included for the support of an additional 25 NHPs per option. This option may be exercised up to (four) 4 times per year. Also, two options will be included for initial and final transition activities (Options 10001 and 11001), to be exercised if needed. B. Task Area 2: Operation of a Breeding Nonhuman Primate Colony: only one (1) Task Order for ask Area 2 will be issued immediately upon award. The task order will include Term Options to extend the period of performance for a maximum total period of 5 years (June 20, 2019 through June 19, 2024. In addition, Options 5001-94006 (Increased Quantity Options) will be included for the support of an additional 25 NHPs per option. This option may be exercised up to four (4) times per year. Also, two options will be included for initial and final transition activities Options 10001 and 11001, to be exercised if needed. Any responsible offeror may submit a proposal which will be considered by the Agency. This RFP will be available electronically on/about November 14, 2018, and may be accessed through FedBizOpps http://www.fedbizopps.gov/. This notice does not commit the Government to award a contract. No collect calls will be accepted. No facsimile transmissions will be accepted. For this solicitation, the NIAID requires proposals to be submitted: Online via the NIAID electronic Contract Proposal Submission (eCPS) website. Submission of proposals by facsimile or e-mail is not acceptable. For directions on using eCPS, go to the website https://ecps.nih.gov and then click on "How to Submit."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIHAO201800008/listing.html)
 
Record
SN05137996-W 20181101/181030230626-ae76b5b1f3526c18ced597982cc2c7ea (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.