Skip to main content

An official website of the United States government

You have 2 new alerts

NON-HUMAN PRIMATE HOUSING AND MAINTENANCE

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jun 30, 2023 11:01 am EDT
  • Original Published Date: Jun 30, 2023 10:48 am EDT
  • Updated Response Date: Jul 14, 2023 04:00 pm EDT
  • Original Response Date: Jul 14, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 29, 2023
  • Original Inactive Date: Jul 29, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC13 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Frederick , MD 21702
    USA

Description

W911SR-23-S-NHP1

REQUEST FOR INFORMATION

Non-Human primate housing and MAINTENANCE

Objective:

This is a Request for Information (RFI) for planning purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited.  No solicitation document exists or is guaranteed to be issued as a result of this RFI. The Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Medical (JPM CBRN Medical) and the Joint Program Executive Office for Chemical, biological, Radiological, and Nuclear Defense (JPEO-CBRND) is seeking information on the available capabilities and willingness of private entities (academic, non-profit, and commercial) to collaborate with the Government in the areas listed below.

Background: 

JPM CBRN Medical and the Defense Threat Reduction Agency Joint Science and Technology Office (DTRA JSTO) in collaboration are interested in housing and maintaining non-human primates for eventual transport to laboratories for research and development purposes. The CBRND is responsible for the development, procurement, fielding, and sustaining of medical treatment and prophylactic capabilities against CBRN threats. 

Requirements:

The Government is seeking white papers outlining approaches for the housing and sustainment of nonhuman primates. The purpose of this RFI is to solicit information on the availability of U.S. based companies capable of sustaining and supporting large numbers of NHPs.  The ability to assume immediate care and housing is required.  The NHPs will be transported from the primate facility to DoD and industry designated labs. 

Performance Objectives: 

  1. The Performer must have a transportation contract in place to transport animals from facility to designated laboratory.
  2. Performer must have a facility large enough to house large numbers of animals (up to 2000) for long term housing (up to 2 years).
  3. Performer must have appropriate AALAC accreditation.

The Respondents shall provide the following in reply to this RFI, not to exceed 7 pages in total:

  1. Company Description (2 page maximum).
  • Provide a brief description of company history, alliances and current housing capacity.
  1. Housing and Maintenance (5 page maximum) capability

  • Provide information on capability to house and sustain NHPs.
  • Provide information on appropriate and available testing provided to ensure health of animals.
  • Provide details on the types of housing available and space allocations, including housing larger NHPs.
  • Provide information on surgery capabilities including telemetry and catheters.
  • Provide details on plans for enrichment and activities.
  • Provide information on pest and disease control.
  • Provide a Rough Order of Magnitude cost.

Administration:

The Government will retain comments and information received in response to this RFI. Proprietary information should be identified as Company Proprietary. Do not use Government security classification markings. All written responses must be received by COB on 14 July 2023. Responses should be sent by e-mail to:  usarmy.detrick.jpeo-cbd.mbx.mcs-rfi@mail.mil, and usarmy.detrick.dod-jpeo-cbrnd.mbx.baa@army.mil, with Subject Line of Responding Organization and RFI Title. Material that is advertisement only in nature is not desired. If a solicitation is subsequently released based on the responses to this RFI, it will be posted on Sam.gov.  For questions related to this RFI, please e-mail to:  usarmy.detrick.jpeo-cbd.mbx.mcs-rfi@mail.mil, and usarmy.detrick.dod-jpeo-cbrnd.mbx.baa@army.mil.  The Point of Contact for this RFI is Richard Totten at Richard.w.totten2.civ@army.mil.

Contact Information

Contracting Office Address

  • EDGEWOOD CONTRACTING DIV KO 8456 BRIGADE STREET
  • ABERDEEN PROVING GROU , MD 21010-5424
  • USA

Primary Point of Contact

Secondary Point of Contact





History