Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2008 FBO #2405
SOLICITATION NOTICE

A -- Collection and Taxonomy of Shallow Water Marine Organisms

Notice Date
6/25/2008
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions-Treatment and Support Branch, Bldg 244, Room 112, Frederick, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
SS-NCI-TSB-2008-1
 
Response Due
7/8/2008 2:00:00 PM
 
Point of Contact
Robin M. Irving,, Phone: (301) 228-4220, Timothy V Crilley,, Phone: 301/228-4224
 
E-Mail Address
irvingr@mail.nih.gov, tcrilley@mail.nih.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement – SS-NCI-TSB-2008-1 Title: Collection and Taxonomy of Shallow Water Marine Organisms This Source Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this SS is to identify qualified small businesses concerns [including Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-owned Small Businesses (VOSB) and Service-disabled Veteran-owned Small Businesses (SDVOB)] that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this SS, the NCI may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this SS or the NCI’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. If this project is advertised, it is anticipated that one (1) cost-reimbursement, completion type contract will be awarded for a period of five (5) years. The National Cancer Institute is seeking tailored capability statements from qualified small business concerns [particularly Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-owned Small Businesses (VOSB) and Service-disabled Veteran-owned Small Businesses (SDVOB)] to provide support to NCI’s Natural Products Branch (NPB), Developmental Therapeutics Program (DTP), Division of Cancer Treatment and Diagnosis (DCTD), NCI. The NCI is seeking a contractor to collect a substantial number of marine invertebrate samples for extraction and subsequent screening for antitumor activity. This project is to continue the exploration of marine organisms from the Tropics and other areas where unusual habitats may have well evolved more specialized organisms and to use these organisms as a source of potential new agents (pharmacophores) which can be developed for the selective treatment of cancers in humans. The target is to collect, taxonomically identify to species level, and to ship up to 450-500 samples per year (on average) over the five year contract term, of marine invertebrates (which may include up to 10% of algae/cyanophytes) with wet weights of roughly 1 kilogram each, in a frozen condition from the collection sites to NCI-Frederick. In all collections, the major objective of the program is that the collected species be from as wide a diversity of phyla and classes as is possible. The major collection areas will be the tropical and subtropical areas of the World’s oceans from sea level to ~50 meters. Collections from both niche areas and from depths exceeding SCUBA depths of ~50 meters may be considered provided scientific rationales and access to suitable equipment are acceptably defined and realistically feasible. Collections may be performed by subcontractors/consultants to the prime contractor. Due to uncertainties, collections need not be performed in every year of the contract, but the contractor must have the capacity and requisite expertise to collect, taxonomically identify to species level, and to ship up to 450-500 samples per year (on average) over the five year contract term. Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft SOW. Tailored Capability Statements for this requirement shall address the following ten (10) areas: (1) Personnel. Quality and extent of the Principal Investigator's (PI) recent experience, scientific accomplishments, qualifications for organizing this project, and demonstrated leadership abilities must be addressed. The PI must be experienced in the organization of collection programs, and should have at least 5 years of direct experience in marine invertebrate collection. The quality and extent of scientific accomplishments and recent experience of the marine invertebrate/plant taxonomists either accompanying the collection expeditions and/or being responsible for the final complete identification of the specimens obtained must be addressed. Marine taxonomists must be trained in marine invertebrate taxonomy or a closely related field, preferably Ph.D. level (6 or more first author papers in taxonomic journals showing their expertise in a specific phylum/phyla) who will accompany field collections (or receive voucher samples, etc.) in order to identify the collected species. The proposed Personnel shall demonstrate that your organization has the necessary expertise to perform the requirements of this project. Capability Statements must demonstrate that the personnel experience stated in the Capability Statement occurred in conjunction with projects comparable in size and complexity. Capability statements must address the proposed personnel’s knowledge of marine invertebrate fauna and marine flora of the areas proposed for collection; process for sample collection, preparation, packaging and shipment from Indo-Pacific and Atlantic Oceanic areas; taxonomy; familiarity with governmental and local customs of people in the projected collection areas; knowledge of the regulations and procedures necessary for operating in the project areas, and for the legal export and shipment of samples [including knowledge of the Convention on Biodiversity [CBD] and Convention on International Transport of Endangered Species (CITES Convention) and their potential impacts]; demonstrated ability to successfully negotiate and collaborate with authorities and officials on behalf of the project in the countries of collection; collective recent [within last three years] collection experience; and availability of all key personnel. (2) Selection of the collection areas with documented evidence of projected collaborations with suitable governmental/local organizations in the regions selected for collections, the timing and scope of the collections, integration with later large-scale recollections, possible safety hazards, and the advanced planning required. (3) Detailed methodology of collecting, minimizing of duplicate species collections, preparation of samples including storage, preservation of voucher specimens, taxonomy, labeling and documentation including photography. (4) Documented experience in shipping of samples and voucher specimens, and submission of data to designated facilities. Explain process for deep freezing samples within 4-6 hours of collection, maintaining samples in suitable conditions prior to freezing, and maintaining a frozen state until delivered to repository in Frederick, Maryland. (5) Documented experience in complete identification of samples to species level. (6) Enforcement of rulings concerning collections for entities other than NCI. (7) Documented individual and organizational experience in/with: diving safety; evidence of rescue diving and resuscitation training/methods; diving safety manual; evidence of specialized diving including decompression and/or rebreather diving if collecting below 50 meters depth or experience/safety concerns in using small manned submersibles. Specify guidelines on safety procedures and precautions used by the organization in conducting collections and handling hazardous materials and collections and equipment. (8) Availability, adequacy and quality of facilities and equipment, including: library specializing in information on marine flora and fauna of the projected collection areas; collection, preparation, storage and shipment of samples and voucher specimens; and identification of specimens. (9) Effective organizational lines of authority and responsibility for each stage of the project. Discuss knowledge of local government regulations and requirements and your firm’s contacts with government officials, marine biologists and collectors that qualify your organization to undertake collections in these areas. (10) Suitability of contacts or relationships with government departments, officials, institutes or agencies that would facilitate obtaining permits and collecting specimens. For information purposes, it is estimated that 8,346 direct labor hours of effort will be required on a yearly basis. A copy of the draft Statement of Work (SOW), which is subject to revisions, may be accessed on the NCI Office of Acquisitions Website at URL: http://rcb.nci.nih.gov/. Once there, click on Current Requests for Proposals. Under the section entitled Sources Sought, click on number SS-TSB-2008-1 entitled, "Collection and Taxonomy of Shallow Water Marine Organisms." Interested parties are expected to review this notice and the draft statement of work to familiarize yourself with the requirements of this project; failure to do so will be at your firm’s own risk. Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20) single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Capability Statements should also include an indication of current certified small business status [particularly Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-owned Small Businesses (VOSB) and Service-disabled Veteran-owned Small Businesses (SDVOB)]; which should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. In the event a RFP is issued, North American Industry Classification System (NAICS) code 541712 with a size standard of 500 employees is being contemplated. Capability statements are due no later than 2:00 p.m. eastern prevailing time on July 8, 2008. Please submit one (1) original and three (3) copies in either MS Word, WordPerfect or Adobe Portable Document Format (PDF) of your response to: Robin M. Irving, Contracting Officer, Treatment and Support Branch, Office of Acquisitions, National Cancer Institute at Frederick, P.O. Box B, 244 Miller Drive, Room 110, Fort Detrick, Frederick, Maryland 21702-1201. If courier service is used, the address is the same except delete P.O. Box B, 244 Miller Drive, Room 100 and replace with Building 244, Room 100. Facsimile responses will not be accepted. Electronic responses, via e-mail, may be sent in either MS Word, WordPerfect or Adobe Portable Document Format (PDF) format to Robin Irving, Contracting Officer, at irvingr@mail.nih.gov. All responses, including electronic responses, must be received at the NCI by the specified due date and time in order to be considered. NOTE: Fort Detrick is a secure military base. To ensure timely receipt of your capability statement, please contact Robin Irving on (301) 228-4220 to schedule in advance a specific date/time in order to deliver your capability statement. If Ms. Irving is not available, please contact Tim Crilley on (301) 228-4224. A determination by the Government not to compete this requirement as a setaside based upon responses to this notice is solely within the discretion of the Government. Point of Contacts Robin M. Irving, Contracting Officer, Phone (301) 228-4220, Email irvingr@mail.nih.gov C. Timothy Crilley, Contracting Officer, Phone (301) 228-4224, Email tcrilley@mail.nih.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a6c141e0b0d3867581fa5bc1c2b80637&tab=core&_cview=1)
 
Record
SN01601201-W 20080627/080625221010-a6c141e0b0d3867581fa5bc1c2b80637 (fbodaily.com)
 
Source
FedBizOpps 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.