Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2002 FBO #0112
SOLICITATION NOTICE

A -- non-personal research services for the period 01 Apr 2002 to 31 Mar 2003

Notice Date
3/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-02-T-0030
 
Response Due
3/26/2002
 
Archive Date
4/10/2002
 
Point of Contact
loida toledo, lead purchasing agent, Phone 619-532-8122, Fax 619-532-5596, - Joan Balazs, SPVY, Contract Specialist, Phone 619-532-5944, Fax 619-532-5596,
 
E-Mail Address
lctoledo@nmcsd.med.navy.mil, jbalazs@nmcsd.med.navy.mil
 
Description
This notice is provided on a sole source basis, with an intent to award a firm fixed price order with State University of New York (SUNY), Hearing Research Laboratory and Dr. Donlad Henderson. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-02 -T-0030 is issued as a request for quotations(RFQ). Clin 0001: Non-personal service contract for Research services for the period 01 Apr 2002 to 31 Mar 2003. Qty: 1; Unit of issue: year . The duties to be performed shall be in accordance with the statement of work.The statement of work reads: INTRODUCTION: The Department of Defense Spatial Orientation Center of Naval Medical Center, San Diego staff conducts ongoing projects in auditory and vestibular research. ABREVIATIONS: DOD = Department of Defense, ONR = Office of Naval Research, NMCSD = Naval Medical Center San Diego, SUNY = State University of New York, CRADA = cooperative research and development agreement, GPOC = Government Point of Contact, DSOC = DOD Spatial Orientation Center, AO = antioxidant, ROS = reactive oxygen species, FR = free radicals, L-NAC = acetyl-L-cysteine, ALCAR = acetyl-L-carnitine, IP = intraperitoneally, SPL = sound pressure level, kHz = kilohertz, sec = second, COL = Colonel, MC = Medical Corp, FY = Fiscal Year. SCOPE: Contractor will conduct research into noise-induced hearing loss protection in support of funded investigations under the ONR Military Operational Medicine program. This program encompasses research into developing countermeasures for the prevention of tissue/organ damage prior to exposures to high-energy sources (loud sounds) and to develop methods for prevention and rescue of neurosensory tissues with exposures to exotic energy sources. This work entails performing a series of experiments over a 12-month period. AIM: This study will extend our previous noise-induced hearing loss model (which used continuous sound exposure) to impulse noise and kurtotic noise. The investigation entails utilizing the best antioxidant (AO) compounds from year one?s investigations. For this series of studies we will investigate the effects of AOs in protecting and rescuing hearing after exposure to impulse noise and kurtotic noise. TECHNICAL REQUIREMENTS: At the NMCSD site: We will investigate the effects of AOs in protecting and rescuing hearing after exposure to impulse noise and kurtotic noise. In one set of animals (3 groups: 1 control; 1 ALCAR; 1 L-NAC), AOs will be given before and after exposure to noise to investigate protective effects. The second set (3 groups: 1 control; 1 ALCAR; 1 L-NAC), will receive the AO treatment only after exposure to investigate rescue effects. Both of these sets of groups will receive a noise exposure that will consist of impulse noise of simulated M16 rifle fire (150 dB peak SPL; 100 shots, interval of 1 impulse/sec). A total of 36 animals will be utilized for these series of experiments. At the site: These series of experiments will be designed as performed in section 3.1 except that instead of impulse noise, kurtotic noise will be will consisted of continuous octave band noise centered at 4 kHz; 90 dB SPL and 113 dB peak SPL applied 1/sec impulse noise 3h duration, replicating occupational noise exposure. All kurtotic noise experiments will be run at SUNY Buffalo in the laboratory of Donald Henderson. In one set of animals (3 groups: 1 control; 1 ALCAR; 1 L-NAC), AOs will be given before and after exposure to noise to investigate protective effects. The second set (3 groups: 1 control; 1 ALCAR; 1 L-NAC), will receive the AO treatment only after exposure to investigate rescue effects. ). A total of 36 animals will be utilized for these series of experiments. Duties: The contractor shall perform a full range of research procedures, within the scope of his/her training and experience, on site using SUNY furnished facilities, supplies and equipment. Workload occurs as a result of scheduled and unscheduled requirements for research activities. Primary workload is a result of experiments generated to pursue the specific aims of research protocols funded by the Office of Naval Research and the DoD Spatial Orientation Center (DSOC), Naval Medical Center, San Diego (NMCSD). Contractor is responsible for a full range of experimental requirements in auditory physiologic research including: animal preparation and care, calibration and quality control of sound equipment and measurements, kurtotic noise exposures, physiologic assessments, collection and gathering of biological specimens, shipping of biological material, planning and execution of research within the personnel and equipment capabilities of the facility, and the quality and timeliness of experimental records and reports required to document procedures performed and services provided. Contractor shall monitor supply and material levels and work with appropriate personnel to reorder supplies, animals, and materials as needed to support ongoing and planned research. Contractor will expose chinchillas to kurtotic noise consisting of continuous octave band noise centered at 4 kHz; 90 dB SPL and 113 dB peak SPL applied 1/sec impulse noise 3h duration. In the first set of protection experiments three groups of animals of six each will be designated as Control, ALCAR, and L-NAC groups. For the L-NAC group, L-NAC will be given by intraperitoneal (IP) injection at 325 mg/kg 48 hrs before and one hour following noise exposure, then BID the following 2 days after exposure to noise to investigate protective effects. The ALCAR group will receive IP injections of ALCAR (100mg/kg) and the Control group will be given saline injections at the same volume on the same schedule as the L-NAC group. The second set of rescue experiments 3 groups of six animals each (Control; ALCAR; L-NAC), will receive the AOs in the same concentrations as in first set of experiments but the treatments will be administered only after exposure to investigate rescue effects. Again the control animals will be noise-exposed but received the saline injections. A total of 36 animals will be utilized for these series of experiments. Contractor is responsible for performing hearing assessments using auditory brainstem response (ABR) via subcutaneous needle electrodes placed in the skin of the head and proximal to the ear on all animals. In the protective group, the ABRs will be obtained prior to injections of AOs or saline, after injection of AOs or saline but before noise exposure, one hour after noise exposure, and 1, 2, 3, weeks post noise. ABRs will be obtained in the rescue group before noise exposure, one hour after noise exposure, and on day 11 and day 21 post-noise exposure. Contractor will, immediately upon completion of the final threshold measurements, euthanized the animal and then the cochleae will be harvested. Cochleae will be perfused with room temperature 4% paraformaldehyde solution buffered with 0.1 Molar phosphate buffered saline (PBS). After suitable fixation time, the specimens will then be perfused and rinsed with 0.1M PBS and then stored and shipped in this solution at 4o C to NMCSD for hair cell counts. Contractor will provide oversight and guidance for all procedures and data analysis of all experiments at the Baylor University Medical Center, Institute of Metabolic Disease site. Contractor will also work closely with COL. Richard Kopke, MC, USA, NMCSD Program Manager who has scientific and technical responsibility for this research project, to coordinate investigational efforts, trouble shoot problems that develop and to collate data from the different work sites. Contractor will organize all data collected for this project in a database/spreadsheet format that is compatible with the NMCSD data manager. Contractor will organize data for publications and oversee the preparation of manuscripts and summary figures resulting from the work performed in this grant proposal. Contractor shall maintain current accounts, records, and other evidence supporting all its expenditures chargeable to NMCSD under this contract for at least 12 months after completion or termination of this contract. Contractor shall provide NMCSD with a report within four months of completing performance under this contract. Reports and Publications: Contractor shall submit quarterly reports to NMCSD during the term of this contract on the progress of its research and the results obtained, to the extent reasonably requested. Contractor shall submit a final report of its results, including a listing of all Subject Inventions, to NMCSD within four months after completing the work under this contract. Contractor and NMCSD agree to confer and consult prior to the publication of research data. Prior to submitting a manuscript(s) for review (or without review) which contains the results of research under this contract, each site must have ample opportunity and time to review such proposed publication and to file patent applications a timely manner. COL Richard Kopke, MC, USA, NMCSD Program Manager and Dr. D. Henderson, Contractor Program Manager, are the responsible individuals for review of materials and the designated point of contacts for each respective site. QUALIFICATIONS: Contractor is an expert in the field of inner ear anatomy as well as the ultrastructural, histological and methodological assessment of the auditory system especially in response to noise damage or trauma induced by high-energy sources. Contractor has completed a doctoral degree in the field of Biology. Has more than 25 years experience in the area of research interest. Must have the medical research laboratory with lab space, equipment, technical and administrative staff to support this project. Expertise in the physiology and neuroanatomy of the inner ear. Has expert knowledge of the histology and ultrastructure of the auditory system. Has 20 years experience with experience noise-induced hearing loss and hair cell regeneration. Has a proven publication tract in the area of inner ear biology and physiology. Contractor is an internationally recognized researcher in the area of inner ear biology and physiology. SECURITY: No security clearance is needed for contractor.PLACE OF PERFORMANCE: Contractor will work 100% of the time at the site. INSPECTION AND ACCEPTANCE: Receives supervision from the Government Point of Contact (GPOC). Work is reviewed by GPOC for adequacy of method, completeness, scientific importance, and for applicability to ONR and DOD Spatial Orientation Center?s (DSOC?s) research objectives. Government Point of Contact will be: COL Richard Kopke, MC, USA, NMCSD Program Manager at (619) 532-9604 or pager (877) 774-9106 or FAX (619) 532-6088. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-05. The following clauses and provisions are applicable and will be incorporated into the solicitation by reference, and will be available in full text upon request. This acquisition incorporates the following FAR clauses: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS(Oct 95); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Oct 95) must be completed and submitted along with the proposal (please contact Loida Toledo at (619)532-8122 if a copy is needed; in accordance with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS(Aug 96), the following clauses are incorporated by reference in paragraph (b): 52.222-26 EQUAL OPPORTUNITY ( E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERAN (38 U.S.C. 4212); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA(38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS(29 U.S.C. 793); 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS(OCT 95). DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1989); FAR 52.232-36, PAYMENT BY THIRD PARTY (MAY 1999). FAR 52.232-33 , MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT (AUG 1996). FAR 52.212-2 , EVALUATION ?COMMERCIAL ITEMS ( 1/99). The following factors shall be used to evaluate offers: 1) Past performance 2) personnel qualifications based on SOW 3) Price. Past performance and personnel qualifications based on SOW when combined have more importance that cost or price. Prior to Contract Award, the government reserves the right to review the resumes of contractor employees performing under the contract solely for the purpose of ascertaining their qualifications relative to the personnel qualifications terms of the contract. Accordingly, the contractor shall furnish such resumes and all professional requirements as stated in the Statement of Work ( SOW) to the Purchasing Agent along with their quotes. All responsible sources may submit a quote which shall be considered. See note 22.
 
Place of Performance
Address: State University of New York, 215 Parker Hall, Buffalo, NY
Zip Code: 14214
Country: USA
 
Record
SN00047297-W 20020324/020322213409 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.