Maryland Bids > Bid Detail

Rodent Feed and Bedding

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 87 - Agricultural Supplies
Opps ID: NBD00159272656904861
Posted Date: Jun 9, 2023
Due Date: Jun 23, 2023
Solicitation No: NICHD-23-174
Source: https://sam.gov/opp/de16a224ce...
Follow
Rodent Feed and Bedding
Active
Contract Opportunity
Notice ID
NICHD-23-174
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NICHD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 09, 2023 03:29 pm EDT
  • Original Date Offers Due: Jun 23, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8710 - FORAGE AND FEED
  • NAICS Code:
    • 311119 - Other Animal Food Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-23-174 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04. The North American Industry Classification (NAICS) Code is 311119 and the business size standard is 500 employees. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intend to contract on a sole source basis with Envigo Rms – 2826 Latham Drive- Madison, WI 53713 to procure the following:

1. Item# T.7017.15 - NIH-31 Mouse/Rat Sterilizable Diet (15Kg bags) – Quantity 4166 EA

2. Item# T.7909M – Maple Sani Chip Bedding – Quantity 3934 EA

3. Provide Storage of Diet and Bedding pending delivery - unlimited option to modify the delivery schedule and quantity to be delivered for each item to meet the facilities fluctuating needs.

This is a standing order for quantity to be delivered weekly to Loading Dock 6B, the lab will call with amount to be delivered weekly. Period of Performance tentative dates: July 1, 2023, through June 30, 2024.

The feed and bedding are for all the research animals housed in the Animal Facility cared for by the NICHD. They are required on a weekly basis and must be delivered (to loading Dock 6B) with consistency and without interruption. The lab will call for the amounts to be delivered weekly. Deliveries expected to run through June 2024.

Due to special behavioral studies NICHD cannot change feed, bedding, or vendor (Envigo Rms) as it may contribute unexpected variables and could confound experiments. The animals must be provided the same exact feed and bedding from the same exact vendor and changes to husbandry protocols are not permitted.

Data demonstrates the need to consider the gut microbiota, and by extension, the husbandry of research animals. NIH has called for measures to enhance the reproducibility of preclinical research, particularly studies employing animal models. NICHD Laboratory and Branch Chiefs must now certify on Animal Study Proposals their approval of the study based on scientific merit and scientific rigor and reproducibility. Despite the best efforts of commercial vendors to maintain consistency, available evidence suggests that differences in composition exist among mice diets and bedding that are purchased from different vendors or even from different facilities operated by the same vendor. Thus, when open formula diets or bedding are purchased from two different vendors, one cannot assume that they are identical. The Animal Care and Use Committee recommended maintaining consistency in both vendor and vendor location when purchasing open formula diets and bedding for a series of related studies. It is imperative that the NIH 31 diet and hardwood bedding be acquired to ensure the feed and change schedules continue with no lapse in coverage and that the facility is sufficiently stocked to account for the fluctuation in amount of feed and nesting material used due to the increase and decrease in animal population. The NIH-31 Mouse/Rat sterilizable diet and maple sani chip bedding has been tested/ screened and approved for use by the facilities veterinarian and the researchers whose animals are housed in the 6B animal facility for meeting the enrichment, nutritional and dietary needs of the animals. Purchasing any feed and bedding material other than what is being requested would need to go through extensive testing prior to use to determine if they meet all the nutritional and enrichment requirements set by the facility veterinarian and research committee to ensure dietary requirements are being meet and the integrity of the studies being conducted will not be compromised. This process will

take a long time cost the government additional funds for the various testing and leave the facility with no means of feeding the animals resulting in death from malnutrition and loss in valuable research.

The NIH-31 Mouse/Rat sterilizable diet and maple sani chip bedding has been used in the animal facility for years and have continuously proven to be safe for the animals housed in the facility while meeting the nutritional and enrichment standards set by the investigators and facility veterinarian. Due to the facilities’ limited storage space, it is imperative that these items be delivered weekly to ensure the facilities’ supply does not diminish. The vendors locality allows them to make weekly delivery of a specified quantity of each item with unlimited option to modify the delivery schedule and quantity to be delivered for each item to meet the facilities fluctuating needs.

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; Evaluation Factors: technical capability to provide all services/consumables, price; and past performance. Technical capability and past performance, when combined, are significantly more important than cost/price; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items – Deviation for Simplified Acquisitions applies to this acquisition. Note to Contractor: The contractor shall provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The offeror must include their Unique Entity ID (UEI) number, the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Vendors capable of furnishing the government with the services and or items specified in this synopsis should submit a copy of their quotation/offer to the following email address: robinsti@mail.nih.gov Attn: Tina Robinson by the due date and time below. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on June 23, 2023, before 11:00 Am EDT. The quotation must reference solicitation# NICHD-23-174 and solicitation number# NICHD-23-174 must be on/in subject line of email. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov (Attn: Tina Robinson) and must include solicitation# NICHD-23-174 in the subject line of email.

Note: In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award.


Attachments/Links
Contact Information
Contracting Office Address
  • 6701 ROCKLEDGE DRIVE ROOM 1120
  • BETHESDA , MD 20817
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 09, 2023 03:29 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >