SOURCES SOUGHT
M -- National Bio and Agro-Defense Facility (NBAF) - NBAF RFI
- Notice Date
- 12/12/2014
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-15-I-NBAFK
- Point of Contact
- Aaron H. Ford, Phone: 2022546032
- E-Mail Address
-
Aaron.Ford@dhs.gov
(Aaron.Ford@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Detailed Request for Information (RFI) for the NBAF Project INTRODUCTION : The Department of Homeland Security, Science and Technology (DHS/S&T) Directorate, is requesting information from industry in order to refine procurement strategies, gather input regarding best practices, and to identify qualified, experienced sources interested in performing the services for the stand-up, management and operations of the National Bio and Agro-Defense Facility (NBAF). This information will be used by the Government in the development of the overall acquisition strategy. NBAF will be a state-of-the-art biocontainment facility for the study of foreign animal, emerging and zoonotic (transmitted from animals to humans) diseases that threaten the U.S. animal agriculture and public health. NBAF will provide and strengthen our nation with critical capabilities to conduct research, develop vaccines and other countermeasures, and train veterinarians in preparedness and response against these diseases. For the past 60 years, the Plum Island Animal Disease Center (PIADC) has served our nation as the primary facility to conduct this research. However, PIADC is nearing the end of its life-cycle and will be replaced in order to meet U.S. research requirements and ensure the timely development of countermeasures in the event of an outbreak. NBAF meets that need and will serve as a replacement for the PIADC facility. Strategically, NBAF will boast of new and expanded capabilities, specifically, large animal biosafety level 4 (ABSL-4) containment for the study of high-consequence diseases affecting large livestock. The mission of NBAF includes: • Providing enhanced research capabilities to diagnose foreign animal, emerging and zoonotic diseases in large livestock • Providing expanded vaccine and countermeasure development capabilities for large livestock • Replacing and expanding research currently done at the PIADC in New York, and continuing the partnership between the Department and the USDA Animal Research Service (ARS) and Animal and Plant Health Inspection Service (APHIS). Additional information regarding the NBAF program, mission, site, facility and timeline can be found at www.dhs.gov/national-bio-and-agro-defense-facility. IMPORTANT NOTICE TO PROSPECTIVE RESPONDENTS : This is an RFI and is subject to the provisions of Federal Acquisition Regulation (FAR) 52.215-3 and is issued solely for information/planning purposes. This RFI does not constitute a solicitation for proposals, a commitment to issue a solicitation for proposals, or the authority to enter into negotiations to award a contract. This RFI shall not be considered as an obligation by the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this RFI. There is no entitlement to payment of direct or indirect costs or charges by the Government as a result of a Contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input submitted in response to the RFI. Responses to the RFI will not be returned. The Government recognizes that proprietary information and data may be part of this effort and, if so included, such data should be clearly marked. PROJECT BACKGROUND/PROGRAMMATIC OBJECTIVES : The attached MS Word file contains a complete discussion of the background and the programmatic objectives of the NBAF. Prospective Contractors are strongly recommended to review the attachment. RFI SUBMISSION REQUIREMENTS : The attached MS Word file provides the requirements of the submission documentation in response to this RFI. Prospective Vendors are reminded that the due date for the submission of a response to this RFI is 4:00 PM Eastern Standard Time on January 15, 2015. As specified in the detailed submission requirements in the MS Word file, the RFI response should be sent via email to Mr. Aaron H. Ford, Procuring Contracting Officer at Aaron.Ford@hq.dhs.gov. Any questions related to this RFI should be directed to the Procuring Contracting Officer at Aaron.Ford@hq.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-15-I-NBAFK/listing.html)
- Place of Performance
- Address: Kansas, United States
- Record
- SN03594958-W 20141214/141212234400-b23ad5f1589802a382feb7232169611f (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 |