SOLICITATION NOTICE
88 -- Breed and Maintain Macaca Mulatta (Rhesus) Monkeys in a Free-Ranging Environment
- Notice Date
- 12/7/2006
- Notice Type
- Solicitation Notice
- 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, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NIAID-DIR-07-52
- Description
- ***This notification supersedes all notifications and documents contained therein under Soliciation# NIAID-DIR-07-44.***** The National Institutes of Allergy and Infectious Diseases has a requirement for the expert clinical care and quality control in the daily, year-round operation, maintenance, and transport of a breeding colony of approximately 3000 outdoor free-ranging rhesus monkeys (Macaca mulatta). The Contractor shall provide all personnel including veterinary staff, facilities, labor, and land needed for the care and welfare of the animals while maximizing the reproductive efficiency of the colony per the Government's requirements. AAALAC accreditation and OLAW assurance, or the equivalent level of facilities and animal care programs, is required prior to contract award. Offerors are required to provide documentation of accreditation and assurance status within their proposals, document the ability to obtain such accreditation and assurance prior to contract award. The contractor will be responsible for accepting the colony at the designated sight. All animals and progeny will remain property of the Government and must be maintained separate from any other animals that may be contained at the Contractor's facilities. The Contractor will provide continuous monitoring and data collection on the colony; perform routine maintenance of animals and facilities; and provide veterinary support, clinical laboratory, and diagnostic pathology support services which may also require administration of appropriate examination and medication as needed. The Contractor will be responsible for maintaining, to the greatest extent possible, a disease-free colony and environment, and performing all necessary care and control, with the Government's consult, in the handling of colony threatening circumstances throughout the life of the contract. The Contractor will establish and or maintain an appropriate health certification policy for all staff and approved visitors in accordance with Government stated requirements. Offerors will be evaluated on their ability to provide qualified and experienced personnel on a 24-hour a day, 7-day a week basis; the ability to provide adequate facilities and equipment including securing a lease of the current colony site; understanding of the scope of work and technical ability; corporate experience; and past performance. It is anticipated that a Cost Reimbursement type contract will be awarded on or about March 1, 2007 for a base year and four option years. The RFP is expected to be available for download on or about December 22, 2006 at www.fedbizopps.gov. No hard copies will be distributed. All questions must be submitted in writing to LaDonna Stewart at lstewart@niaid.nih.gov.
- Place of Performance
- Address: Yemassee, South Carolina
- Zip Code: 29945
- Country: UNITED STATES
- Zip Code: 29945
- Record
- SN01192335-W 20061209/061207220257 (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 |