SOLICITATION NOTICE
R -- Emergency Response Protocols
- Notice Date
- 4/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive MSC 4811 Room 2NE70-A, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- Reference-Number-RML-RFQ-3022
- Archive Date
- 5/7/2003
- Point of Contact
- Leona Eschenbacher, Purchasing Agent, Phone 406-363-9395, Fax 406-363-9288, - Rebecca Guenthner, Chief Contracting Officer, Phone 301-402-2284, Fax 301-480-3695,
- E-Mail Address
-
LEschenbacher@niaid.nih.gov, rguenthner@niaid.nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institutes of Health, National Institute of Allergy and Infectious Diseases, intends to issue an Indefinite Delivery, Indefinite Quantity purchase order for the development, negotiation, dissemination and training of emergency response protocols for the Rocky Mountain Laboratories (RML). This acquisition is issued as RML-RFQ-3022. The acquisition documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 dated 04/17/03. This acquisition will be processed under FAR Part 12 ? Acquisition of Commercial Items and is a 100% Small Business Set-Aside. The North American Industry Classification Systems (NAICS) code for this procurement is 541690 and the size standard is $5.0. The period of performance for this contract will consist of one (1) twelve-month base period and four (4) twelve-month option years. SCHEDULE: The Rocky Mountain Laboratories (RML) has a requirement for the development of emergency response protocols. Research performed in the proposed Integrated Research Facility on the Rocky Mountain Laboratories? (RML) campus will focus on viruses and bacteria that have the potential to cause serious or fatal disease in humans, to include agents that require Biosafety Level 2, 3 and/or 4 (BSL 2, BSL 3, or BSL 4) containment. The National Institutes of Health requires that procedures, plans and facilities be in place to deal with laboratory-acquired exposure, infections, or disease. Therefore, in order to assist in the planning process and operations, it is critical that RML employ the services of a physician who is certified by the Montana Board of Medical Examiners as an Infectious Disease Specialist and who also has experience in Infection Control as detailed in the Statement Of Work. The following is a list of proposed services required in conjunction with the new laboratory facility; however, other tasks within the scope of response protocols may arise throughout the duration of this contract that may be assigned as necessary: 1) Obtain and review current infection control and emergency management agreements that other BSL-4 facilities (as detailed in the SOW) have with emergency providers, (e.g., emergency transport, local physicians, local hospitals and referral hospitals). This review shall consider but is not limited to, viral hemorrhagic fevers. 2) Obtain and review current standard operating procedures (SOPs) of other BSL-4 facilities for accidental human exposure potentially to harmful viruses and bacteria and laboratory acquired infections. 3) Review the current RML program for the above-mentioned exposures and propose modifications if warranted. 4) Propose, draft and negotiate memoranda of understanding (MOUs) with local and regional emergency services and hospitals outlining RML?s expectations in regard to the care of patients with laboratory acquired exposures or infections. 5) Develop training requirements and SOPs to prevent or control the above-mentioned exposures. 6) In collaboration with the RML Biosafety Officer and the RML Biosafety Committee, annually reevaluate and update MOUs and SOPs. 7) Provide advice and guidance on issues related to laboratory acquired infections and infection control practices to the Associate Director for RML, other RML scientists and committees as directed. 8) Collaborate with RML safety and Biosafety staff, on the NIH Bethesda MD campus, and various local providers to ensure consistency on issues related to laboratory-acquired infections and infection control practices. 9) Attend RML committee and staff meetings. 10) Participate as medical consultant or attending physician in emergency management, short-term care, and follow-up of any laboratory acquired infection as needed. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition FAR 52.224-2 Privacy Act; FAR 52.227-14 Rights and Data-General; FAR 52.237-7 Indemnification and Medical Liability Insurance (proof of coverage will be required prior to award); FAR 52.223-6 Drug-Free Workplace; FAR 52.212-1 Instructions to Offerors?Commercial; FAR 52.212.-2 Evaluation ?Commercial Items, award will be based on 1) technical capability to meet the Government requirement, 2) the offeror?s understanding of the scope of the work, 3) the offeror?s experience in the field of infection control 4) proof of certification by the Montana Board of Medical Examiners, and 5) price; FAR 52-212-4 Contract Terms and Conditions?Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offerors Representations and Certifications?Commercial Items. Any response to this Solicitation, may be mailed or faxed to the POC, Leona Eschenbacher at (406) 363-9395 (Fax - 406-363-9288) or via email leschenbacher@niaid.nih.gov Offers must be submitted not later than 4:30 PM (MDST) 04/22/03. Copies of the above-referenced clauses, as well as a complete copy of the Statement of Work (SOW) are available upon request either by telephone or fax.
- Place of Performance
- Address: NIH/NIAID/Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN00298476-W 20030410/030408213459 (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 |