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 -- AIDS REAGENTPROGRAM

Notice Date
5/10/2011
 
Notice Type
Sources Sought
 
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
HHS-NIH-NIAID(AI)-SBSS-1121
 
Archive Date
6/9/2011
 
Point of Contact
Kishan Patel, Phone: 3014960612, Michelle L. Scala, Phone: (301) 451-3696
 
E-Mail Address
patelki@niaid.nih.gov, mscala@niaid.nih.gov
(patelki@niaid.nih.gov, mscala@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE AIDS REAGENT PROGRAM RFP-NIAID-DAIDS-NIH-AI2011121 Type of Requirement 0 New Requirement 1 Re-competition (Contract No.:N01-AI-50035) 0 Expansion of (Contract/RFP No.:______________) Place of Performance 1 Place of performance is unknown at this time 0 Place of performance is known Recompetition (if applicable) Fisher BioServices, Inc. 14665 Rothgeb Drive Rockville, MD 20850 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 Sources Sought Notice Information General Information Document Type: Sources Sought Notice Solicitation Number: Reference Number: HHS-NIH-NIAID(AI)-SBSS-1121 Posted Date: May 10, 2011 Original Response Date: May 25, 2011 Current Response Date: May 25, 2011 Original Archive Date: Current Archive Date: Classification Code: A -- Research & Development NAICS Code: 541712 -Research and Development in the Physical, Engineering and Life Sciences Introduction This is a Small Business Sources Sought notice. 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; women-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. Background 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. Purpose and Objectives The purpose of the proposed contract is to support the National Institutes of Health (NIH) AIDS Reagent Program (ARP) in achieving its goal of providing critical research reagents and resources to the scientific community. An important rate-limiting step in basic research is the identification and distribution of state-of-the-art reagents and technology. To address this need, the National Institute of Allergy and Infectious Diseases (NIAID) supports the ARP as a contract. Since its establishment in 1988, the ARP has evolved from a small bank of research materials to a unique and versatile worldwide resource, offering over 8,600 critical reagents not otherwise readily available to the HIV/AIDS research community. The ARP acquires, develops, and produces state-of-the-art reagents and provides these reagents at no cost to over 3,000 qualified investigators located in 79 countries throughout the world. Additionally, the ARP serves as an important resource for information about AIDS-related reagents and disseminates this information through its comprehensive website (http://www.aidsreagent.org). The current seven-year contract with Fisher BioServices, Inc., a wholly owned subsidiary of ThermoFisher Scientific located in Germantown, MD, (N01-AI-50035; AIDS Research and Reference Reagent Program) expires on September 26, 2012. Potential Offerors can review the website for detailed information on the ARP, its operations, and its contents at: http://www.aidsreagent.org/. Project Requirements To fulfill the technical requirements, the Contractor shall support the identification, acquisition, production, maintenance, characterization and distribution of state of the art reagents to the AIDS research community of investigators with the purpose of advancing AIDS research. Furthermore, the contract provides support for quality control and characterization of reagents, technology transfer, and execution of material transfer agreements prior to release of reagents to the community. Specifically, the Contractor shall: 1. Acquire/Procure, Produce/Expand HIV/AIDS Reagents. 2. Characterize HIV/AIDS Reagents and Manage Quality Control/Quality Assurance (QC/QA) 3. Store and Maintain the HIV/AIDS Reagents 4. Distribute the HIV/AIDS Reagents to the Research Community 5. Maintain ARP Databases and Websites 6. Provide for the overall management, integration and coordination of all contract activities 7. Perform activities associated with Initial And Final Transition 8. If options are exercised, carry out work as required to extend the term of the contract and/or for the provision of additional level of effort Anticipated Period of Performance The performance requirement will be for the delivery of 10.21 full time equivalents (FTEs) per year for the base period (Year 1) and option periods (Year 2 through Year 7), which may be unilaterally exercised by the Government. The option periods may extend the term of the contract beyond the base period for up to 7 years. In addition, the Government may exercise options for increased level of effort to accommodate significant increases in work to be provided for the base period and option periods. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume in an amount of 1.0 FTE that may be exercised twice per performance year. Capability Statement/Information Sought Capability Statements should clearly convey information regarding the respondent's capabilities, including: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Interested contractors must submit a capability statement (five page limitation, excluding resumes) describing their company's experience and ability to perform this effort that includes the following: (1) a summary list of similar work previously performed; (2) the professional qualifications and specific experience of staff who may be assigned to the requirement; (3) resumes for proposed key personnel, including the Principal Investigator, that reflect education, and previous work relevant to the proposed requirement; (4) a general description of the facilities and other resources needed to perform the work; and (5) demonstrated ability to carry out the work. Each response should include the following Business Information: a. DUNS number b. Company Name c. Company Address d. Company Points of Contact (both technical and administrative), including names, titles, addresses, telephone and fax numbers and Email addresses e. Current GSA Schedule appropriate to this Sources Sought f. Do you have a Government-approved accounting system? If so, please identify the agency that approved the system. g. 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 be registered in the CCR, located at http://www.ccr.gov/ Teaming Arrangements: All teaming arrangements should also include the above-cited information and certification for each entity on the proposed team. Teaming arrangements are encouraged. NIAID recognizes that no single organization or institution may have the expertise and facilities required to perform all of the tasks mentioned above. Therefore, the Contractor may need to utilize the expertise and resources of subcontractors and specialized consultants to provide the full spectrum of requested activities. The Contractor shall be responsible for ALL work performed under this contract including that performed by any subcontractors and consultants. The Contractor will ensure that any and all processes meet international, federal, local and state regulations to ensure the continuity and validity of the resulting product. Responses must be submitted no later than 4:00 PM, May 25, 2011 Capability statements will not be returned and will not be accepted after the due date. These statements may be submitted by e-mail or paper copy to Kishan Patel, Contract Specialist. He can be emailed at the address provided below. Electronic submissions should be submitted in PDF format, however, Microsoft Word or Corel WordPerfect will be accepted. In the subject line, please reference: HHS-NIH-NIAID(AI)-SBSS-1121. A paper copy can be sent via regular mail at the address provided below. If sending a paper copy, please send an original and one copy. Kishan Patel Contract Specialist Office of Acquisitions National Institute of Allergy and Infectious Diseases National Institutes of Health 6700 B Rockledge Drive, Room 3224, MSC 7612 Bethesda, Maryland 20892-7612 Disclaimer and Important Notes 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 Presolicitation synopsis and solicitation may be published in the Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government will not entertain questions regarding this Market Research; however, general questions may be emailed to the following addresses: Contract Specialist: Kishan Patel Email Address: patelki@niaid.nih.gov Contracting Officer: Michelle L. Scala Email Address: mscala@niaid.nih.gov 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/HHS-NIH-NIAID(AI)-SBSS-1121/listing.html)
 
Record
SN02444696-W 20110512/110510235159-5642056430f92b28016019d7ef1ee06b (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.