Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOURCES SOUGHT

A -- Structural Genomics Centers for Infectious Diseases

Notice Date
5/10/2011
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in 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
HHS-NIH-NIAID-SBSS-DMID-NIHAI2011124
 
Point of Contact
James D Carder, Phone: (301) 402-6289, George Kennedy, Phone: 301-451-2607
 
E-Mail Address
jc490y@nih.gov, jkennedy@niaid.nih.gov
(jc490y@nih.gov, jkennedy@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice for a Research and Development (R&D) requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this notice to familiarize yourself with the requirements of this project; failure to do so will be at your firm's own risk. Background: This is not a Request for Proposal (RFP). This National Institutes of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH) project is for the renewal of the following contracts: 1. SSGCID: Seattle Structural Genomics Center for Infectious Diseases (Contract No. HHSN272200700057C) 2. CSGID: Center for Structural Genomics for Infectious Diseases (Contract No. HHSN272200700058C) These contracts were awarded on a competitive basis for a five year period. This Sources 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 Institutes of Allergy and Infectious Diseases (NIAID). For more project details please see Purpose and Objectives section of this notice below. Interested parties are expected to review this notice to familiarize yourself with the requirements of this project; failure to do so will be at your firm's own risk. Purpose and Objectives: The purpose of this Small Business Sources Sought Notice (SBSS) is to identify qualified small business concerns including HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses, veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses that are interested in and capable of performing the work described herein. The NIAID does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this SBSS Notice, the NIAID 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 NIAID shall arise as a result of a response to this Small Business Sources Sought Notice or the NIAID's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. If a RFP is issued, the NIAID anticipates that multiple awards may result from the issuance of the RFP. The specific purpose of this project is as follow: NIAID is recompeting the Structural Genomics Centers for Infectious Diseases program, herein referred to as the SGCID program. This program will build upon the objectives of the NIAID Genomics programs ( http://www.niaid.nih.gov/topics/pathogenGenomics/research/Pages/relatedInitiatives.aspx ) to continue to address the Institute's need to further expand the knowledge of the proteome of microbes,. The NIAID awarded two 5-year contracts in 2007 to support the Structural Genomics Centers for Infectious Diseases 1. SSGCID: Seattle Structural Genomics Center for Infectious Diseases (Contract No. HHSN272200700057C) 2. CSGID: Center for Structural Genomics for Infectious Diseases (Contract No. HHSN272200700058C) To date, the incumbent Centers have utilized high-throughput structural biology technologies and determined more than 550 three-dimensional (3D) structures of protein targets of biomedical interest from bacterial, viral, and eukaryotic pathogens. Both Centers have been utilizing small molecule/ligand screening to increase crystallization success rate and to gain functional insight through the newly observed protein-ligand interactions. The targets' 3D structure information, as well as the expression clones and peptide materials for thousands of protein targets are made rapidly available to the scientific community. Importantly, these Centers have also been providing a 3D structure determination service to the scientific community and approximately 100 3D structures were solved for community targets. The contracts to be awarded under this solicitation will continue to supply the 3D structure information, reagents and services to the broad scientific community. The contracts are expected to apply state-of-the art high-throughput (HTP) technologies and methodologies to experimentally characterize the 3D atomic structure of proteins or other molecules having an important biological role belonging to human pathogens, especially those in the NIAID Category A-C Priority Pathogen lists ( http://www.niaid.nih.gov/topics/BiodefenseRelated/Biodefense/research/Pages/CatA.aspx ) and organisms causing emerging and re-emerging infectious diseases ( http://www.niaid.nih.gov/topics/emerging/Pages/list.aspx ). The SGCID program will also allow for support of research projects that utilize experimental approaches to better characterize the molecular functional role of protein targets whose structure was determined by the incumbent and the to be awarded SGCID. The structure determination services to be provided by the SGCID program to the scientific community are expected to encourage the establishment of collaborations of the SGCID centers with outside investigators that will make use of the provided 3D structure information and of other resources to gain further knowledge about the targets' functional mechanisms. The molecular 3D structure may also assist drug design and development by yielding direct insights into the target molecular mechanisms, in interaction with other biological molecules, or with synthetic compounds, in order to improve selectivity, specificity and optimize drug development in a rational way. Anticipated Period of Performance: The anticipated period of performance for this requirement is five (5) years, consisting of an one (1) year base period, plus four (4) one-year options. The anticipated start date is on/or about July 1, 2012. It is anticipated that a cost reimbursement, level of effort type contracts will be awarded under project. The Government's requirement for the work set forth in the draft Statement of Work (SOW) of this solicitation is estimated at 40,144 labor hours for each year of this requirement based upon the assumption of 19.3 FTE's with a FTE being defined as 2,080 hours. This requirement will consist of one (1) base period of one (1) year and four (4) one (1) year option periods. In addition to the base level of effort, each year of performance is anticipated to contain an option for up to 3 additional FTEs, in the postdoctoral, technical, and other professional staff. Other Important Considerations: NAICS Code and Size Standard : In the event an RFP is issued, North American Industry Classification System (NAICS) code 541711with a size standard of 500 employees is being considered. Capability Statement/Information Sought: Sources are expected to have the expertise, personnel, and facilities to meet requirements of this project. Tailored Capability Statements submitted as a result of this announcement should demonstrate the offerors' qualifications and experience, specifically providing evidence as to their capability to perform this requirement, with particular attention to the following six (6) areas: 1. The ability to establish and maintain a SGCID program that applies state-of-the art high-throughput (HTP) technologies and methodologies to experimentally characterize the 3D atomic structure of proteins or other molecules having an important biological role belonging to human pathogens, especially those in the NIAID Category A-C Priority Pathogen lists ( http://www.niaid.nih.gov/topics/BiodefenseRelated/Biodefense/research/Pages/CatA.aspx ) and organisms causing emerging and re-emerging infectious diseases ( http://www.niaid.nih.gov/topics/emerging/Pages/list.aspx ). 2. The ability to establish and implement projects aimed at better characterizing the molecular functional role and biochemical properties of targets whose 3D structure was determined by the incumbent NIAID Structural Genomics Centers for Infectious Diseases. 3. The ability to establish processes to engage outside investigators for collecting recommendations for targets for structure determination. 4. The ability to ensure that all contract-generated resources are publicly available and easily accessible to the scientific community. 5. The ability to provide adequate scientific and technical personnel according to the estimated number of labor hours per contract year. 6. The ability to provide a technical and administrative management infrastructure to ensure the efficient planning, implementation, oversight, and completion of all required activities.. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed five pages, excluding resumes, describing the company's experience and ability to perform this effort which includes the following: (1) a summary list of similar work previously performed or being performed; (2) demonstrated scientific and technical ability to carry out the work; (3) the professional qualifications and specific experience of staff who may be assigned to the requirement; (4) the capability to provide the required level of effort on a continuing and emerging needs basis; (4) resumes for proposed key personnel, which reflect education, and previous work relevant to the proposed requirement; (5) a general description of the facilities and other resources needed to perform the work. All proprietary information should be marked as such. Tailored capability statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable 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. If there are any responsible contractors who have proven experience and meet the capabilities cited to perform the requirement, they may submit experience, capabilities and qualifications as outlined above which will be considered by the NIH. This notice of intent is not a request for competitive proposals. However, all information received within fourteen (14) days after date of publication of this synopsis will be considered by the Government. 2. Required Business Information: • DUNS. • Company Name. • Company Address. • Company Point of Contact, Phone and Email address. • Current GSA Schedules appropriate to this Sources Sought. • Do you have a Government approved accounting system? If so, please identify the agency that approved the system. • Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp 3. Number of Copies and Delivery Point: Please submit one (1) electric copy of your response to the following e-mail address: carderj@mail.nih.gov All capability Statement sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via e-mail) to James D. Carder, Contracting Officer, at carderj@mail.nih.gov in MS Word, WordPerfect or Adobe Portable Document Format (PDF). The e-mail subject line must specify HHS-NIH-NIAID-SBSS-DMID-NIHAI2011124. Facsimile responses will not be accepted. 4. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than 2:00PM (Eastern Prevailing Time) on May 24, 2011. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. All responses must be received at NIAID by the specified due date and time in order to be considered. Facsimile responses will not be accepted. In conclusion, this notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Points of Contact: Inquiries concerning this Notice may be direct to: James Carder, Contract Specialist Ph: 301-402-6289 Email : carderj@mail.nih.gov George Kennedy, Team Lead Ph: 301-451-2607 Email: kennedyg@mail.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/HHS-NIH-NIAID-SBSS-DMID-NIHAI2011124/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02444182-W 20110512/110510234709-d0cbf020b4f92cc53f6e7423dabee34d (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.