The FDA is seeking small business sources to determine the availability and capability of small business capable of providing the required services. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort.
The associated North American Industry Classification System (NAICS) Code is 112990 - All Other Animal Production; Small Business Size Standard is $.75 million.
The FDA/CBER/ requires Bordetella-Free Olive Baboons (research animals) for Pertussis infection and Vaccination Studies.
Schedule of Supplies or Services and Prices/Costs
0001 Bordetella-Free Olive Baboons, per the minimum requirements.
Quantity: 24 Each
Unit Price: ____________________________
Extended Price: ____________________________
GSA Contract Number (if applicable): ____________________________
Place of Performance:
10903 New Hampshire Avenue, Silver Spring MD 20903
The subsequent contractor shall provide and deliver twenty (24) Bordetella Olive baboons as needed and shall meet the following specifications:
a. Vendor must be able to provide up to twenty-four age-matched baboons in a single delivery (between 6-9 months of age at time of delivery).
b. Baboons must be free of Bordetella exposure as determined by culture and serology prior to shipping and confirmed by culture and serology upon delivery.
c. All baboons shall be examined by a licensed veterinarian, Doctor of Veterinary Medicine (DVM) as defined by the Animal Welfare Act Regulations (9 CFR, Subchapter A, Part 1 - Definition of Terms), experienced in Non-Human Primates (NHP) medicine and surgery, and found to be in good health prior to shipping.
d. Animals will be shipped by USDA-licensed carriers and delivered into quarantine at the CBER primate facility on the FDA White Oak Campus in Silver Spring Maryland.
e. The contractor shall be responsible for meeting all requirements associated with shipment and delivery of animals.
f. Shippers shall comply with Animal Welfare Act Regulations regarding the transportation standards for NHP, Title 9, Subchapter A - Part 3 -- Transportation Standards.
g. The contractor shall maintain liaison with carrier personnel in order to assure the animals receive proper care in accordance with USDA standards and guidelines during transit.
h. Shipping, quarantine, and animal handling procedures comply with the CBER Institutional Animal Care and Use Committee (IACUC) and are detailed in the approved animal safety protocol (ASP#2009-19) The CBER Animal Assurance Number is A4295-01.
Deliverables: Service Records and Reports
The shipment of animals to CBER and the conduct of animal studies at CBER will be performed using USDA-licensed carriers. Delivery acceptance criteria are that the animals be of the age specified in the animal order and that the animals arrive in good health and be free of Bordetella exposure. Acceptance of the animals will be made by the supervising veterinarian at the quarantine facility upon completion of a quarantine entry physical.
FOB Point Destination. All items/services shall include shipping and handling to the destination identified herein. FOB Point of Delivery for Services and Supplies will be the FDA/CBER Vivarium/ Facility located at White Oak Campus, 10903 New Hampshire Avenue, Silver Spring, MD 20903
The offeror shall furnish sufficient information necessary for the Government to conclusively determine that respondents would be able to provide the specified services meeting the technical requirements identified above. Though the target audience is small businesses all interested parties may respond. At a minimum, responses shall include the following:
• Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address;
• Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement.
• Three (3) years of past performance service information, if not the manufacturer of the equipment identified herein, where the respondent has provided same or substantially similar service solutions and used for same or near-same services as set forth herein. For each past performance reference include the date of sale and service, description of service provided and the manufacturer name, model and serial number(s) of the equipment serviced, dollar value of those services, client names, client addresses, client point of contact names, client point of contact mailing address (if different from that provided for client), client point of contact phone numbers, and client point of contact email address; and name of the manufacturer (to include DUNS number and size status) if not the respondent.
• If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement.
• If a large business, identify the subcontracting opportunities that would exist for small business concerns;
• Standard commercial warranty on services and payment terms; and
• Though this is not a request for quote, informational pricing is encouraged.
The government is not responsible for locating or securing any information, not identified in the response.
The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation.
Interested Parties shall respond with capability statements on or before February 15, 2018 by 12:00 hours (Central Time in Jefferson, Arkansas) to [email protected] mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Roosevelt Walker, 3900 NCTR Road, Building 50, Room 436, Jefferson, AR 72079-9502. Reference FDA1210087.
Notice of Intent
Responses to this source sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures.
Disclaimer and Important Notes
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).