SOURCES SOUGHT
99 -- Fish Health Testing
- Notice Date
- 1/3/2024 4:23:40 AM
- Notice Type
- Sources Sought
- NAICS
- 541940
— Veterinary Services
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12305B24Q0028
- Response Due
- 1/17/2024 2:00:00 PM
- Archive Date
- 02/01/2024
- Point of Contact
- Brandon Lewis
- E-Mail Address
-
brandon.lewis@usda.gov
(brandon.lewis@usda.gov)
- Description
- This is a Sources Sought announcement only. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. USDA-Agricultural Research Service is conducting research on salmon and lumpfish genetics and breeding at the National Cold Water Marine Aquaculture Center (NCWMAC) in Franklin, ME. The objective of this requirement is to provide Salmonid, and Lumpfish Fish Health Testing Services required for disease certification of NCWMAC broodstock. Certification must be American Fisheries Society Fish Health Section (AFS-FHS) Bluebook compliant.� Scope of work. This project requires sampling of fish at the NCWMAC, inspection of facilities, and testing of fish. The salmonid testing shall include 1) Necropsy Inspection, 2) Viral Screen Testing, 3) Virology, 4) Direct Fluorescent Antibody Test (DFAT); 5) Indirect Fluorescent Antibody Test (IFAT); 6) HPR0 testing and 7) Infectious Salmon Anemia Virus (ISAV) and salmonid alphavirus (SAV) screening on Atlantic salmon as required by state and federal regulations regarding the culture and transport of salmonids. The lumpfish testing shall include 1) Necropsy Inspection, 2) Viral Screen Testing, 3) Virology for Viral Hemorrhagic Septicemia Virus (VHSV), Lumpfish Rana virus, Infectious Pancreatic Necrosis Virus (IPNV) and Noda Virus screening on lumpfish as required by state and federal regulations regarding the culture and transport of lumpfish. Detailed technical requirements (Contractor Requirements). Provide Salmonid and lumpfish Fish Health Testing Services required for disease certification of NCWMAC broodstock in support of intra-provincial movements. Certification must be American Fisheries Society Fish Health Section (AFS-FHS) Bluebook compliant; and follow Northeast Fish Health Committee Guidelines, State of Maine regulations, Provincial Health Certification Programs. Testing lab must be approved by USDA Animal Plant Health Inspection Service, (USDA-APHIS) to conduct diagnostic testing in support of Export Health Certification of Aquaculture Species. Fish Health Testing (Atlantic salmon & Lumpfish) The base period and each option period are for a term of one year each. Base Period: ��������� 11 lots of 60 fish for lethal testing per year, Atlantic salmon; 3 lots of 60 fish for lethal testing per year, Lumpfish Option Period 1:�� 12 lots of 60 fish for lethal testing per year, Atlantic salmon; 3 lots of 60 fish for lethal testing per year, Lumpfish Option Period 2:�� 10 lots of 60 fish for lethal testing per year, Atlantic salmon; 3 lots of 60 fish for lethal testing per year, Lumpfish Option Period 3:�� 8 lots of 60 fish for lethal testing per year, Atlantic salmon; 3 lots of 60 fish for lethal testing per year, Lumpfish Deliverables.�Satisfactory completion of the contract will rest upon (1) sampling of fish for fish health testing, 2) inspection of facilities, and 3) completion and emailing fish health reports to USDA and required agencies.� As part of its market research, USDA ARS is issuing this Sources Sought to determine if there exist an adequate number of qualified interested contractors capable of providing the requirement. The Government may use the responses to this Sources Sought for information and planning purposes. This Sources Sought is only for the purpose of identifying potential sources as part of USDA ARS market research. No Request for Quote (RFQ) exists; therefore, do not request a copy of the RFQ. Responses to this Sources Sought are not quotes on which USDA ARS can issue any contract. This Sources Sought is issued for information and planning purposes only and does not itself constitute an RFQ. The Government does not intend to make an award based on responses to this inquiry. All information received in response to this Sources Sought marked """"Proprietary"""" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Please include the following information in your response to this notice:� 1. Name of the firm, point of contact, phone number, email address, SAM Unique Entity Identification Number (UEI), CAGE code, a statement regarding business status indicating rather large or small (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code for your business. 2. Information whether your firm has the capability to provide the products listed and provide descriptive literature on the items your firm can provide to fulfill the requirements described.� 3. Identify whether your firm is interested in competing for this requirement and providing the described products. 5. Provide any Information to help determine if the requirement is commercially available, delivery schedules, customary terms and conditions, warranties, proprietary information, etc. 6. Provide any recommendations to improve the approach/specifications to acquiring the identified item. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. USDA ARS will not pay for information received in response to this Request. Do not submit pricing information in response to this Request. Please send responses with the subject heading: �Fish Health Testing��to brandon.lewis@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f567aa8d52e049ecbf5fbf6be5bade92/view)
- Place of Performance
- Address: Franklin, ME, USA
- Country: USA
- Country: USA
- Record
- SN06926235-F 20240105/240103230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |