Federal Bid

Last Updated on 13 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Non-human primates

Solicitation ID RFQ-RML-1978221
Posted Date 24 Jul 2019 at 4 PM
Archive Date 13 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Emerging Small Business (ESB)
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location United states
This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number/Effective Date: FAC 2019-03/07-12-2019.

The North American Industry Classification System (NAICS) code for this procurement is 112990, All Other Animal Production, with a small business size standard of $750,000.00. This requirement is not set aside exclusively for small business.

The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item.

Requirements:

Qty 12 of 5-7 kg Rhesus Chinese origin macaques (NHPS) that are implanted with single lumen vascular access ports (VAP) with jugular vein access and a port placed subcutaneously between the shoulders. NHPS must ship in jacket, include pre and post op care and jacket acclimation. NHPS should have no measles vaccination within 1 year of receipt. NHPS must be TB Negative within 6 months with no history of positive result. Treatment: Ivermectin, fenbendazole, insecticide dust within 6 months. Negative for Herpes B Virus, SIV, STLV-1 and SRV via serology. Negative for SRV 1-5 via PCR. Fecal Negative for ova and parasites. Negative for Salmonella and Shigella. Negative for filoviruses-EBOV negative if not filovirus negative. Negative for Chagas Test NHP PCR - T. cruzi negative via PCR. Negative for Chagas Test Elisa - T. cruzi negative via ELISA. NHPS must have a complete blood count with differential and normal chemistry. Must include crates for primate transportation; include door to door delivery.

Vendor must provide a track record of experiences/orders that demonstrates experience performing surgical procedures to implant vascular access ports as described.

Vendor must be on the approved OLAW list.

DELIVERY: FOB Point shall be Destination, Frederick, MD. Place of Performance is NIH/NIAID, 8200 Research Place, Frederick, MD 21702

Quote submissions must include the following:
Only the product asked for in this solicitation to include shipping and handling charges.

The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery time, warranty, and price to the government.

The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2018)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (OCT 2018)

Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record)
FAR 52.204-7 System for Award Management (July 2013)
FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.

The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2019)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.217-8 Option to Extend Services Nov 1999
FAR 52.217-9 Option to Extend Term of Contract Mar 2000
FAR 17.207 Exercise of Options
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010)

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from https://www.acquisition.gov/browsefar
& https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than Monday July 29th, 2019 at 10:00 A.M. EASTERN TIME.

Offers may be mailed, e-mailed to [email protected]
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)

All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janna Weber @ [email protected].

Bid Protests Not Available

Similar Past Bids

Atlanta Georgia 08 Jun 2021 at 4 PM
Silver spring Maryland 04 Aug 2020 at 3 PM
Beltsville Maryland 08 Mar 2021 at 5 PM
Location Unknown 06 Jul 2018 at 8 PM
Center Kentucky 30 Jan 2019 at 1 PM

Similar Opportunities

Location Unknown 03 Dec 2025 at 5 PM
Gallup New mexico 17 Nov 2025 at 5 PM
New mexico 13 Sep 2026 at 4 AM (estimated)
New mexico 13 Sep 2026 at 4 AM (estimated)