Federal Bid

Last Updated on 07 Jul 2006 at 4 AM
Solicitation
Bethesda Maryland

A -- Rodent Rederivation, Genotyping, Colony Production.

Solicitation ID NHLBI-PB-AR-2006-216BNJ
Posted Date 07 Jun 2006 at 4 AM
Archive Date 07 Jul 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Heart, Lung And Blood Institute, Rockledge Dr. Bethesda, Md
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892
Solicitation Number: NHLBI-PB-AR-2006-216/BNJSolicitation Type: Noncompetitive Suggested Source: Taconic Farms, Inc. Title: Rodent Rederivation, Genotyping, Colony Production. The National Heart, Lung, and Blood Institute’s (NHLBI) Consolidated Operations Acquisition Center (COAC) for the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) www.niams.nih.gov, intends to negotiate on a noncompetitive sole source basis with Taconic Farms, Inc., 273 Hover Ave, Germantown, NY 12526-5320 (http//:www.taconic.com), to provide NIAMS with a variety of laboratory rodent services to include but not limited to rodent rederivation, genotyping, quarantine, embryo cryo-preservation, colony production services, and other procedures and services as requested. NIAMS requires special rodent breeding services to create, support, and maintain special purpose bred colonies owned by NIAMS. The contractor shall provide and maintain a barrier design facility for approximately 1800 cages for production of inbred, congenic, transgenic, and DNA-mediated gene targeted mutant mice and their offspring. The contractor shall have a minimum of 5 years experience providing laboratory animals to biomedical research facilities. The contractor shall be accredited by the Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC). The contractor shall be registered with the USDA (United States Department of Agriculture) Animal and Plant Health Inspection Services (if proposing to provide regulated species). In addition, the contractor shall comply with all applicable laws, regulations and standards governing animal welfare while performing under the contract. The government reserves the right to add additional breeding and/or production cages to meet future requirements. Such additions shall be based upon space at the vendor’s facility. : Duties: The contractor shall 1) In consult with the Project Officer or NIAMS Designee, and NIAMS investigators, the contractor shall establish production plans for each mouse line based upon the investigators needs. 2) The contractor shall rederive via embryo transfer, various strains and stocks of NIAMS owned mice. Once rederived, the animals will be barrier reared and maintained to ensure the specified health status. 3) The contractor shall operate any and all facilities for services related to rederivation of animal models for the elimination of the elimination of the vertical and horizontal transfer of pathogens, parasites and other undersired organisms. 4) The contractor shall house all mice arriving at the facility in a quarantine area, which is physically removed and independently staffed and maintained from the barrier facility. Each strain shall be rederved into the barrier facility via embryo transfer derivation. As stated above, this notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this requirement within 15 calendar days after publication of this synopsis. The products and services being purchased are commercial in nature as defined in FAR Part 2. This acquisition is being conducted under the authority of 41 U.S.C. 253, as set forth in FAR 6.302-1 (http://www.acqnet.gov/far), and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. The determination by the Government not to compete the proposed contract based on any responses to this notice rests solely with the discretion of the Government. It is anticipated that a one year contract with four twelve month option periods will be awarded for this requirement. The North American Classification System (NAICS) code applicable to this requirement is 541710 and the size standard is 500 employees. Comments to this announcement should reference synopsis number NHLBI-PB-AR-2006-216/BNJ and shall be submitted by mail to the National Heart, Lung, and Blood Institute, Office of Acquisition, Procurement Branch, 6701 Rockledge Drive, Rockledge Building 2, Room 6137, Bethesda, Maryland 20892-7902, Attention: Jeffery Battle, by fax transmission to (301) 480-3345 or by email to [email protected] or [email protected].
Bid Protests Not Available

Similar Past Bids

Location Unknown 06 Sep 2018 at 8 PM
Location Unknown 19 Nov 2015 at 9 PM
Salem Virginia 11 Mar 2020 at 8 PM
Bethesda Maryland 30 May 2007 at 4 AM
Spur Texas 13 Sep 2013 at 3 PM

Similar Opportunities

Cordova Tennessee 11 Jul 2025 at 4 PM
Stennis space center Mississippi 14 Jul 2025 at 8 PM
Stennis space center Mississippi 11 Jul 2025 at 8 PM
Stennis space center Mississippi 11 Jul 2025 at 8 PM