SOURCES SOUGHT
A -- SUPPORT CONTRACT FOR THE NATIONAL TOXICOLOGY PROGREM (NTP) INTERAGENCY CENTER FOR THE EVALUATION OF ALTERNATIVE TOXICOLOGICAL METHODS (NICEATM)
- Notice Date
- 7/20/2012
- 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 Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
- ZIP Code
- 27713
- Solicitation Number
- NIHES2012151
- Point of Contact
- Juanita A Campbell, Phone: 919-541-7893
- E-Mail Address
-
campbellj@niehs.nih.gov
(campbellj@niehs.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institute of Environmental Health Sciences (NIEHS) is seeking capability statements from qualified Small Businesses which have the capability to provide the necessary administrative, scientific, and logistical expertise, personnel, materials, facilities, and equipment necessary to support the National Toxicology Program Interagency Center for the Evaluation of Alternative Toxicological Methods NICEATM in promoting the development, validation, acceptance, and use of alternative and other new testing methods and strategies that are more predictive of human health and ecological effects than currently available methods and strategies. DESCRIPTION: 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; 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. BACKGROUND: The mission of the NIEHS is to discover how the environment affects people in order to promote healthier lives. Our vision is to provide global leadership for innovative research that improves public health by preventing disability and disease from our environment. The NTP arose out of increasing scientific, regulatory, and Congressional concerns about the human health effects of chemical agents in our environment. The NICEATM and the Interagency Coordinating Committee on the Validation of Alternative Methods (ICCVAM) contributes to the mission and vision of NIEHS and the NTP by advancing improved safety assessment tools to protect, promote, and advance the health of people, animals, and the environment. NICEATM is responsible for ensuring compliance with duties and provisions of the ICCVAM Authorization Act of 2000 (42 U.S.C. 2851-3). The overall goal of NICEATM is to promote the development, validation, acceptance, and use of alternative and other new testing methods and strategies that are more predictive of human health and ecological effects than currently available methods and strategies. ICCVAM is a statutorily mandated interagency committee established under NICEATM. PURPOSE AND OBJECTIVES: The purpose of this requirement is to solicit a contractor to support NICEATM by providing administrative, logistical and scientific support. The contractor support shall include but is not limited to: (1) updating and maintaining the NICEATM/ICCVAM web-pages (http://iccvam.niehs.nih.gov/), which has both public and secured domains; (2) Conducting literature searches, and preparing background review documents;(3) providing administrative, logistical, and scientific support necessary for meetings such as ICCVAM, ICCVAM subcommittees and interagency working groups, expert panels, peer reviews, workshops, symposia, and seminars; (4) providing draft and final reports to the COR, expert panels, and peer reviewers; (5) presenting materials on behalf of the Government during meetings; (6) coordinating the validation and evaluation of alternative test methods and approaches; (7) maintain compliance with Federal Government Regulations; and (8) follow appropriate procedures for addressing potential conflicts of interests. PROJECT REQUIREMENTS: It is anticipated that level of effort (LOE) for this project shall be approximately 27,550 per year excluding vacation, holiday, and sick leave (excludes subcontractor/consultant hours). In addition, up to 7,600 optional LOE per year may be exercised. The estimated LOE consists of labor categories such as: 3800 Professional (Principal Investigator/Senior Toxicologist) * 10,450 Professional Support (Toxicologist/Bioinformatics)* 9500 Technical Support (Management Coordinator/Project Manager, Scientist, IT Specialist)* 3800 Administrative Support * Key Personnel - the identified personnel are essential to the performance of the contract and may be considered as key personnel. The Government anticipates several types of meetings per year such as: 4-5 ICCVAM Meetings (1 day each); 2 Peer Review Meetings (3 days each); 1-2 Workshops (1-2 days each). Meetings are usually held in the Bethesda, MD area or near the NIEHS in Research Triangle Park, NC. In addition, Optional Meetings may be exercised throughout each year. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated start date of the award is April 15, 2013. The estimated total period of performance shall be up to five years. It is anticipated that the base period of the contract shall be one year with four one year options. OTHER IMPORTANT CONSIDERATIONS: There will be no Government-furnished equipment, or facilities provided. The contractor shall provide all equipment, internet access, materials, software, hardware, supplies, facilities, etc. required to perform the objectives of the proposed requirement and produce the deliverables as required in this statement of work. The contractor must maintain systems compatible with the equipment, internet access, systems, software, hardware, etc. used by NICEATM Government Staff (currently Macintosh computers and laptops, Microsoft Office + Outlook for Mac Adobe Acrobat 9 Pro, FileMaker Pro 9 Advanced, EndNote, and TIBCO Spotfire). The software/hardware must meet the needs for activities such as word processing, data collation, e-mail communication, electronic transfer of files, and web-based searches. Proximity: Although this requirement is for off-site support, the nature of the support role requires frequent, often impromptu, in-person meetings with NICEATM staff. Consequently, contract staff must be capable of meeting face-to-face with NICEATM staff daily (2-4 hours), and on short notice (within 2 hours of request). CAPABILITY STATEMENT/INFORMAITON SOUGHT: Small business concerns that believe they possess the capability to perform the work described above should submit an original and two (2) copies of their capability statement. Capability Statements should include: 1) The name and telephone number of a point of contact for the company, history of the organization (e.g. number of years in business, duns #); 2) The type of business or organization, organizations size standard under NIACS code 541712 (number of employees and gross annual revenue), identify eligibility under 8(a) veteran owned, small disadvantaged, service disabled veteran owned, hub zone, women owned or other set aside programs as applicable; 3) Indicate previous experience and capabilities related to the work identified above. Capability Statements should clearly identify the Offerors experience and qualifications to perform the proposed work; 4) management structure, identify resources available to perform the work (e.g. scientific equipment, facilities, personnel, etc.); 5) organizations should identify capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include but is not limited to, Government and/or Commercial Contracts, previously performed, references to publications, awards, commendations, etc. Capability Statements should not exceed fifteen (15) pages in length, excluding standard brochures, to be submitted for receipt within fifteen (15) days from the date of this announcement. Please submit information to Ms. Juanita A. Campbell, Contracting Officer, Post Office Box 12874, Research Triangle Park, NC 27709. Overnight address: 530 Davis Drive, Morrisville, NC 27560. Electronic Capability Statements will be accepted via email at campbellj@niehs.nih.gov. Inquiries will be accepted in writing only via mail or email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2012151/listing.html)
- Record
- SN02810041-W 20120722/120720235032-04c1321b33794d9ee443f7dce0e26346 (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 |