Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2007 FBO #2015
SOLICITATION NOTICE

88 -- Rhesus Macaques (Chinese Origin)

Notice Date
6/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HU0001-07-Q-0569
 
Response Due
6/8/2007
 
Archive Date
6/23/2007
 
Description
The Uniformed Services University (USU) located on the National Naval Medical Center (NNMC) in Bethesda, MD intends to issue a requirement for a quantity of 24 Rhesus macaques (Chinese origin) as set forth below: 1. Animals to be delivered to the Armed Forces Radiobiology Research Institute (AFRRI) located on the NNMC at 8901 Wisconsin Ave., Bldg. 42 Bethesda MD 20889-5603 in the following allotments and times: a. From 18 June to 29 June 2007, 12 rhesus macaques of Chinese origin (6 female/6 male) b. From 17 September to September 28 2007, 12 rhesus macaques of Chinese origin (6 female/6 male) 2. Animals shall be from a domestic, qualified USDA licensed dealer or commercial breeder. The Contractor shall certify that he/she is a USDA licensed dealer or commercial breeder for the species referenced to in Number ?1? above. 3. Animals shall be colony/purpose bred of preferably USA or if necessary other origin and shall be sold in compliance with all U.S. Federal, State, and local regulations, laws, and ordinances. 4. Rhesus shall be of Chinese origin only. Rhesus shall be less than seven (7) years of age but not less than 2.5 years of age. Rhesus shall not have previously been used for any surgical or other research experimentation (i.e. na?ve). 5. Animals shall be received in a 50:50 ratio of males to females for each shipment. 6. Rhesus shall weigh between 4.0-8.0 kg. 7. Animals shall be permanently tattooed with their individual ID number so as to be clearly visible on the chest. 8. Animals shall not be pregnant or reproductively altered (castrated, vasectomized, or spayed). 9. Animals shall be singly housed and conditioned (i.e., all tests completed and fed and watered individually) at least forty-five (45) calendar days prior to delivery. 10. Animals shall be in good health to include: well-fleshed, in good physical condition, free of physical malformations and clinical signs of disease (i.e. respiratory, intestinal, internal/external parasitism, etc.) This shall include normal, healthy dentition and gingiva. Animals shall also have no obvious behavioral problems (i.e. the animal does not exhibit any stereotypic maladaptive behavior such as self-clasping, self-biting, or repetitive circling and there is no physical evidence such as bite wounds or alopecia secondary to excessive self-grooming to indicate the animal is exhibiting these behaviors). 11. Animals shall be antibody negative for Herpes B virus (CeHV-1), Simian T lymphotropic virus (STLV-1), Simian Immunodeficiency Virus (SIV) and Simian Retrovirus (SRV) types 1, 2, 3, and 5 within 30 days of delivery. Animals shall also test negative by means of virus isolation or polymerase chain reaction (PCR) for SRV type 2 with in 30 days of delivery. All animals shall remain negative during the tests performed by the Government for a period of forty-five (45) calendar days after delivery. 12. Animals shall be negative for Salmonella, Shigella, and Campylobacter on two (2) rectal cultures performed 2 days in a row within fourteen (14) days of shipment. 13. Animals shall have had a minimum of three (3) consecutive negative intradermal tuberculin tests, two (2) to three (3) weeks apart, the last of which shall have been administered within ten (10) calendar days prior to shipping. 14. Each animal shall be accompanied by an Animal & Plant Health Inspection Service (APHIS) Form 7020, Record of Acquisition, Disposition or Transport of Animals (Other Than Dogs and Cats), which shall include the animal?s individual ID number and a signed interstate health certificate which shall include the animal?s individual ID number, and certification of tuberculin tests to include the date of last test, type of tuberculin used, and test results. 15. Animals shall be negative for common pathogenic helminth and protozoal parasites on fecal exam performed within 30 days of delivery. Also animals must have no visible evidence of external parasites (lice, ticks, mites, ringworm, etc.) 16. Prior to shipping, the vendor must notify the Veterinary Sciences Department, AFRRI, of any known significant infectious disease causing agents in the breeding colony of origin or in the facility(ies) where the animals have been maintained by the Vendor. 17. Animals shall have been off all medication 14 days prior to shipment. 18. Each animal shall be accompanied by an individual health record, testing results, source, Convention on International Trade in Endangered Species (CITES) document (if applicable) and complete diagnostic history. 19. Animals shall be accompanied by one-week supply of standard ration that the animal has been previously fed. COMMERCIAL PACKING A. Packing, handling methods and conditions of transportation shall be in accordance with all standards promulgated pursuant to U.S. Department of Agriculture, Title 9, Code of Federal Regulations, Subchapter A, Animal Welfare Act and in compliance with all U.S. Federal, State and local regulations, laws, and ordinances. B. Animals shall be delivered in properly ventilated escape-proof crates furnished by the contractor. Each animal shall be situated in a separate compartment for delivery purposes unless another method is approved by the Contracting Officer prior to time of shipment. Only clean decontaminated crates shall be used in transporting the animals. C. Marking- Each cage shall be marked with the delivery address and purchase request number HU0001-07-M-0569. D. Inspection- the Government reserves the right to inspect the breeder?s records to verify the source of the animals being provided, and to inspect the contractor?s facilities to ensure compliance with all Federal, state, and local regulations, laws, and ordinances. The animals shall be given a cursory visual examination within twenty-four (24) hours of arrival at the Veterinary Sciences Department, AFRRI, Bethesda, Maryland, by a veterinarian. Those animals dead on arrival, dying, exhibiting clinical signs of infectious, contagious, or communicable diseases or parasites or not otherwise appearing in a physically sound and healthy condition shall be rejected at the discretion of the examining veterinarian and returned at the vendors expense. The animals will be given a complete physical examination within 5 working days of arrival. Animals exhibiting scars, wounds, lesions, abnormal physiological, physical or behavioral characteristics, emaciation, or animals found not meeting contract specifications (i.e. weight, sex, type) shall be rejected at the discretion of the examining veterinarian and returned at the vendor?s expense. The animals shall undergo serological testing for the presence of antibodies to Herpes B Virus, STLV, SIV, and SRV (Types 1, 2, 3, and 5) viruses, as well as virus isolation or PCR for SRV Type 2 within forty-five (45) calendar days after arrival at the Veterinary Sciences Department, AFRRI. Those animals found not in compliance with the specifications indicated in ?1-19?, to include those animals exhibiting antibodies to Herpes B Virus, STLV, SIV, and SRV viruses (antibodies, PCR or virus isolation for SRV Type 2) as stated above, shall be rejected. Those animals demonstrating a positive intradermal tuberculin test within forty-five (45) calendar days of arrival at the Veterinary Sciences Department, AFRRI, shall be rejected. Upon notification to the contractor of such rejection, the animals shall be disposed of by the Government in accordance with existing regulations. The contractor shall be notified within forty-eight (48) hours of rejection. E. Official receipt and acceptance of the animals delivered in accordance with the terms and conditions of the contract shall take place within forty-six (46) calendar days of receipt of the animals at the Veterinary Sciences Department, AFRRI. F. Disposition Instructions for rejected animals- The contractor shall provide immediate disposition instructions for rejected animals, with the exception of those animals demonstrating a positive intradermal tuberculin test. In the event that disposition instructions for rejected animals are not received from the contractor within three (3) calendar days of notification by the Government, disposition shall be made in accordance with existing regulations. Removal from the premises of all animals, with the exception of those animals demonstrating a positive intradermal tuberculin test, shall be at the contractor?s expense and shall be accomplished within seven (7) calendar days of rejection notification. G. Replacement of Rejected or Destroyed Animals- Rejected or destroyed animals shall be replaced by the contractor within sixty (60) calendar days of the date of rejection/destruction notification. The USU requires all contractors, supplying live laboratory animals, their tissues, fluids and other related products (e.g., immune serum, etc.) and biological testing services to be in full compliance with all federal, state, and local laws and guidelines that govern the care and use of laboratory animals. USU reserves the right to site visit the Contractor?s laboratory animal facility to evaluate their animal care and use program for compliance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. It will be the responsibility of the Contractor to monitor Federal Business Opportunities, http://www.fedbizopps.gov/, for the issuance of any changes/updates to the solicitation. This announcement constitutes the only solicitation; quotes are being requested (RFQ) and a written solicitation will not be issued. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-17. The applicable NAICS code for this requirement is 112990, All Other Animal Production, with a size standard of $750,000. All quotes are due on June 8, 2007 at 4:00 p.m. Anticipated award date is June 12, 2007. Price: The contractor should provide pricing for each item listed below: CLIN Description 001 Chinese Rhesus ? 24 each @ 002 Shipping Containers 003 Shipping to AFRRI: 8901 Wisconsin Ave., Bldg. 42 Bethesda MD 20889-5603 Evaluation Factors: The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose offer, conforming to this announcement, will be most advantageous to the government; prices and other factors considered. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR website at http://www.ccr.gov/. All offerers are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. The following provisions and clauses may apply to this contract: ? 52.212-1, Instructions to Offerors-Commercial ? 52.212-4, Contract Terms and Conditions ? Commercial Items ? 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items (clauses cited therein may be applicable) ? 52.217-6 Option for Increased Quantity. Full-text for the provisions and clauses can be accessed electronically at http://www.acquisition.gov/far/. Direct any questions or inquiries in writing to Nadine Utz, Contract Specialist, at Directorate of Contracting, Rm A1040C, USUHS, 4301 Jones Bridge Road, Bethesda, MD 20814-4799 or via email to nadineutz@usuhs.mil. Questions due by Wednesday, June 6, 2007 at 4:00 p.m..
 
Place of Performance
Address: Armed Forces Radiobiology Research Institute, 8901 Wisconsin Ave., Bldg. 42, Bethesda MD
Zip Code: 20889-5603
Country: UNITED STATES
 
Record
SN01308863-W 20070603/070604110459 (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.