SOLICITATION NOTICE
A -- Reagent Resource Support Program for AIDS Vaccine Development
- Notice Date
- 4/12/2010
- Notice Type
- Presolicitation
- 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 Institute of Allergy and Infectious Diseases, Office of Acquisitions, 6700 B Rockledge Room 3214 MSC7612, Bethesda, Maryland, 20892-7612
- ZIP Code
- 20892-7612
- Solicitation Number
- NIH-NIAID-DAIDS-NIHAI2010086
- Point of Contact
- Michelle A Scala, Phone: 301-496-0612
- E-Mail Address
-
mscala@niaid.nih.gov
(mscala@niaid.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PRESOLICITATION NOTICE Reagent Resource Support Program for AIDS Vaccine Development RFP-NIAID-DAIDS-NIH-AI2010086 Type of Requirement Re-competition (Contract No.: N01-AI-30018) Recompetition (if applicable) Quality Biological, Inc. 7581 Lindbergh Drive Gaithersburg, MD 20879 Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Institute of Allergy and Infectious Diseases, Office of Acquisitions, 6700-B Rockledge Drive, Room 3214, MSC 7612, Bethesda, MD, 20892-7612 Primary Point of Contact Susan Breland Contract Specialist brelands@niaid.nih.gov Phone: 301-496-0611 Secondary Point of Contact Michelle L. Scala Contracting Officer mscala@niaid.nih.gov Phone: 301-451-3693 Anticipated Period of Performance The period of performance will be for one year with options for continued performance for an additional six years, for a total period of performance of seven years. Anticipated award date: April 1, 2011 The NAICS Code is 541712 with a size standard of 500 employees Presolicitation Notice Information The discovery and development of an AIDS vaccine is among the highest research priorities of the National Institute of Allergy and Infectious Diseases (NIAID), and among the principal missions of NIAID's Division of AIDS (DAIDS). To support this mission, the incumbent Contractor provides high quality, novel, and targeted reagents, assays and services for use by the HIV/AIDS vaccine research community. Specific projects have included producing, purchasing and providing overlapping peptide sets for SIV/SHIV and HIV, polyclonal and monoclonal antibodies, procuring SIV and SHIV challenge stocks, and supporting the repeated and extensive proficiency testing/standardization of the widely used TZM-bl neutralization assay. The purpose of the proposed contract will be to produce, procure, store, ship, and maintain an up-to-date inventory of high-quality reagents and assays in support of preclinical and clinical AIDS vaccine research. To fulfill the technical requirements, the Contractor shall: 1) procure, purify, and test reagents for the DAIDS Vaccine Research Program, including, for example: viral proteins and peptides, virus stocks, monoclonal and polyclonal antibodies, topical microbicides, vaccine vectors, vaccine adjuvants and cytokines, and any additional reagents deemed necessary for the NIAID DAIDS Vaccine Research Program; 2) perform genetic cloning and sequencing; 3) acquire the needed reagents, assays, and/or services used to evaluate AIDS vaccine safety and immunogenicity; 4) analyze all reagents for purity and integrity, and provide for their quality control and assurance; and 5) provide for receipt and inventory tracking, storage, maintenance, and distribution of all reagents. It is anticipated that one cost reimbursement, term type contract will be awarded for a 1-year Base period plus six 1-year options for a possible total period of performance of 7 years beginning on or about April 1, 2011. The performance requirement will be for the delivery of 1.9 full time equivalents (FTEs) per year for the base period (Year 1) and option periods (Years 2 through 7), which may be unilaterally exercised by the Government. In addition to the services outlined above to be provided in the base requirement, Options for additional services under the contract may be exercised at the discretion of the Government to provide an increased level of effort to meet unanticipated needs for acquiring reagents, assays, or technologies. These Options provide for an increase in Level-of-Effort by the following number of FTEs that allow for the expansion of effort in multiple increments as needed to address unanticipated needs: Options 7-20: Increase to Level-of-Effort by.40 FTEs up to 2 times per year; Options 21-34: Increase to Level-of-Effort by.60 FTEs up to 2 times per year. The Government reserves the right to exercise Options for Increased Services in any year of the contract (e.g., years 1 through 7 of the contract period of performance). These Options can be exercised up to two times each within each performance year with a maximum increase of 2.0 FTE per performance year. The NAICS Code is 541712 with a size standard of 500 employees. All responsible small businesses may submit a proposal which will be considered by the Agency. Any responsible offeror may submit a proposal which will be considered by the Agency. This RFP will be available electronically on/about April 27, 2010, and may be accessed through FedBizOpps http://www.fedbizopps.gov/ and the NIAID Office of Acquisition (OA) Home Page at http://www.niaid.nih.gov/contract. This notice does not commit the Government to award a contract. No collect calls will be accepted. No facsimile transmissions will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/NIH-NIAID-DAIDS-NIHAI2010086/listing.html)
- Place of Performance
- Address: Place of performance is unknown at this time., United States
- Record
- SN02118815-W 20100414/100412234350-f34ff8995a31812118a9e80ea4ef7ad4 (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 |