Background, Purpose, and Objectives
The objectives of this contract are the operation and daily care of a year-round outdoor breeding colony of free ranging Indian-origin Macaca mulatta (rhesus) monkeys. The actual base size of the colony is expected to be approximately 3,000 animals at the initiation of this contract. The colony is currently located on Morgan Island, near Beaufort, South Carolina. The contractor shall be responsible for accepting the colony at the designated site with existing facilities and arranging for the lease of Morgan Island from the South Carolina Department of Natural Resources.
Project Requirements
The contractor shall provide for the year-round daily care and maintenance of a non-human primate (NHP) breeding colony in a free-ranging environment. The contractor shall take census data and the monitor the population for basic demographic data. The contractor shall trap, quarantine, immunize, and transport the animals as required.
The contractor shall provide technically skilled personnel with experience in NHP handling, along with qualified veterinary services. The contractor shall provide clinical laboratory and diagnostic pathology support facilities and services. The contractor must maintain all facilities and equipment on the island in addition to holding the lease for the island.
The contractor shall maintain a database to store, analyze and display data on all animals and provide quarterly and annual progress reports.
Anticipated Period of Performance
It is anticipated that an award will be made on or about September 1, 2012 for the period of September 27, 2012 - September 26, 2013 with four option years as indicated below:
Option Year 1 - September 27, 2013 - September 26, 2014
Option Year 2 - September 27, 2014 - September 26, 2015
Option Year 3 - September 27, 2015 - September 26, 2016
Option Year 4 - September 27, 2016 - September 26, 2017
Capability Statement /Information Sought
Capability statements must be limited to 10 pages or less and should include information regarding respondents': (a) current in-house capability and capacity to perform the work from a technical and financial standpoint; (b) staff expertise, including their availability, experience, and formal and other training; (c) prior completed projects of similar nature, references, and other related information; and (d) corporate experience and management capability; . Respondents MUST have experience managing a similar type of colony in order to be considered capable for this requirement. Additionally, respondents must include their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code identified in this notice. Capability statements must be submitted electronically to [email protected] by February 2, 2012 at 11:00am EDT.
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 Federal Business Opportunities. 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).