Federal Bid

Last Updated on 18 Nov 2016 at 9 AM
Sources Sought
New hampshire

Weanling Baboons

Solicitation ID FDA1176223
Posted Date 27 Oct 2016 at 3 PM
Archive Date 18 Nov 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Jefferson
Agency Department Of Health And Human Services
Location New hampshire United states 10903

MARKET RESEARCH PURPOSES ONLY
NOT A REQUEST FOR PROPOSAL OR SOLICITATION
 

 The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) is conducting market research to support the Center for Biologics Evaluation and Research (CBER) requirement for Bordetella-Free Weanling Baboons.

 
This is a Sources Sought notice to determine the availability of Small Businesses capable of supplying the required supply item/services.  This notice is for planning purposes only, and does not constitute an invitation for Bids, Request for Proposal or Request for Quotation or an indication the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice.  Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

 

The appropriate NAICS code for the acquisition is 112990 - All Other Animal Production; Small Business Size standards $.75 million.

 

Background:

 

Pertussis is an acute, highly contagious, potentially life threatening respiratory disease, caused by the Gram-negative bacterium Bordetella pertussis. The underlying factors leading to the failure of public health measures to control pertussis disease using currently licensed vaccines are poorly understood. A more complete understanding of this disease and of the mechanisms of vaccine-mediated protection is a critical public health need.  Currently, the baboon model of pertussis, developed in the laboratories of the Food and Drug Administration (FDA) Center for Biologics Evaluation and Research (CBER), is the only animal model of pertussis that recapitulates the disease as observed in human patients. The use of this animal model to study pertussis pathogenesis, evaluate host responses to pertussis infection and vaccination, and evaluate candidate vaccines and therapeutics require large numbers of weanling baboons be delivered to the CBER primate facility over the study period.

 

Statement of Need:

The purpose of this solicitation is to obtain weanling baboons for studies to be conducted at FDA/CBER Facility in Silver Spring, Maryland.

 

Minimum Requirements:

  1. Eighteen (18) Bordetella-free baboons.
  2. Vendor shall provide eighteen age-matched baboons in a single delivery (between 5-7 months of age at time of delivery).
  3. 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.
  4. The contractor shall maintain liaison with carrier personnel to assure the animals receive proper care in accordance with United States Department of Agriculture (USDA) standards and guidelines during transit.

 

Delivery acceptance criteria:

The animals shall be of the age specified.  The animals shall be free of exposure to Bordetella.  The animals shall arrive in good health.  Acceptance of the animals will be made by the supervising veterinarian at the quarantine facility upon completion of a quarantine entry.

 

FOB Destination:

U.S. Food and Drug Administration

Center for Biologics Evaluation and Research

10903 New Hampshire Avenue

Silver Spring, MD 20993

 

Responses to this sources sought shall unequivocally demonstrate the respondent is regularly engaged in providing research baboons. Though the target audience is small business or small businesses capable of providing baboons from another small business, all interested parties may respond. At a minimum, responses shall include the following:

 

1.      Business name and bio, 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. Provide this same information again if responding to provide a service offered by another firm.

2.      Past Performance information shall include date of services, description, dollar value, client name,

Client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of company (to include DUNS number and size status) if not the respondent.

3.      Descriptive literature, brochures, marketing material, etc. detailing the nature of services the responding firm is regularly engaged in providing.

4.      If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response.

 

Interested parties shall  respond with capability statements in person, by e-mail, fax, mail or other delivery method before 2:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on November 3, 2016 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Jennifer L. Johnson, 3900 NCTR Road, Building 50, Room 429, Jefferson, AR 72079-9502 and Reference: FDA1176223.

 

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 presolicitation 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 nonproprietary technical information in any resultant solicitation(s).

Bid Protests Not Available

Similar Past Bids

New hampshire 08 Jun 2016 at 9 PM
New hampshire 17 Nov 2016 at 4 PM
New hampshire 30 Jun 2016 at 7 PM
New hampshire 04 Aug 2016 at 6 PM
New hampshire 23 Mar 2017 at 12 PM

Similar Opportunities

Salt lake city Utah 28 Jul 2025 at 6 PM
Hill air force base Utah 21 Oct 2026 at 6 AM
New mexico 13 Sep 2026 at 4 AM (estimated)
New mexico 13 Sep 2026 at 4 AM (estimated)
New mexico 13 Sep 2026 at 4 AM (estimated)