Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2017 FBO #5552
SOURCES SOUGHT

R -- NINDS Squid Research Program Facilities & Materials Support Services

Notice Date
2/2/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-166
 
Archive Date
2/25/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-17-166 NINDS Squid Research Program Facilities & Materials Support Services Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. 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; 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. Background: The NINDS Squid Research Program studies loligo pealeii squid for neurological research purposes. Loligo pealeii squid have a giant nerve cell, almost a thousand times as bigger than human nerve cells, that allows researchers to study nerve cells in greater detail prior to research in human cells. Loligo pealeii squid are found on the north east coast of the Atlantic Ocean in the United States for approximately six months a year. To perform this nerve research in the loligo pealeii squid, laboratory and office space, electron microscope instrumentation and technical support, and access to the species of squid and other materials are required. These services must be provided by a facility where the squid may be collected, delivered, stored in the laboratory until tested as this species cannot be cultured, fed, or transported effectively. This requirement has historically been met by the Marine Biological Laboratory located in Woods Hole, Massachusetts. This is a follow-on requirement. Purpose and Objectives for the Procurement: The purpose of this acquisition is to acquire laboratory and office space, electron microscope access, usage, and technical support, and supplies (e.g. Loligo pealeii squid) for Principal Investigators and staff of the NINDS Squid Research Program during the Atlantic Coast annual squid season. Project Requirements: The Contractor shall provide the NINDS Squid Research Program with the following services: Facilities Service Requirements •The Contractor shall provide four (4) laboratory rooms of, at least 150 square feet each. Each room must be air-conditioned and equipped with a minimum of Wi-Fi service, laboratory sink, multiple ground electrical outlets, overhead lights, benches with drawers and access to or include a squid tank. Rooms must also have at least two tables that are at least 30 inches wide, run the length of the room with holes for computer cords for investigators to perform seated computer work. Computers are not required. •Adjacent to each laboratory room, the Contractor shall provide one (1) room that houses scientific equipment such as centrifuges, balances, fume hoods, freezers, cold rooms which shall be available for NIH use. Equipment and Associated Technical Support Requirements •Contractor shall provide 210 hours of access to a microscope facility with a Carl Zeiss Microscopy SEM Supra 40 VP Microscope which shall be available for NINDS investigator research use. 255 hours of preparative microscopy technique services for this equipment shall also be made available. Equipment must be available for NIH use twenty-four hours a day, seven days a week. Support service hours identified earlier in this bullet are to be provided during business hours. •Contractor shall provide technical support services for computing technology such as bringing new scientific equipment and software programs on-line, providing server and network support, and maintaining laboratory Wi-Fi connections all NINDS laboratory rooms and office spaces. The contractor shall not be responsible for providing the new scientific equipment or software programs, only for bringing them on-line. •Contractor shall provide for each laboratory room, at minimum, access to a seawater tank and running seawater, fume hood, cold room, radioactivity room to conduct experiments using approved low energy radioisotopes and a freezer. Access must be either located in or adjacent to each laboratory room. Materials Requirements •The Contractor shall provide materials to the Government in relation to this requirement as described in this Statement of Work. All materials provided to the Government must be approved by the Contracting Officer and authorized by the Contracting Officer's Representative in advance of purchase. Materials shall be provided as approved and authorized up to the following not-to-exceed dollar values. The Contractor shall not provide materials in excess of the not-to-exceed (NTE) dollar value allotted annually. •Base Period Materials (NTE): $20,500.00 •Option Period 1 Materials (NTE): $21,730.00 •Option Period 2 Materials (NTE): $23,034.00 •Option Period 3 Materials (NTE): $24,416.00 •Option Period 4 Materials (NTE): $25,881.00 •The Contractor shall deliver live loligo pealeii squid to each laboratory's seawater tank twice a week from May 1st through September 30 each year. Deliveries shall be made on any days of the week excluding Sunday. A minimum of 5, maximum of 200 squid will be delivered per week to each seawater tank. •The Contractor shall provide the Government with glass/plastic ware, chemicals, and small instruments/equipment such as petri dishes, syringes, flasks, graduate cylinders, reagent bottles, chlorides and sulfates, forceps, scissors, paper, pens, pencils, rulers, envelopes, files folders, notebooks. •Contractor shall provide Government access to on-site ordering, shipping and delivery services for materials requirements identified in this Statement of Work. Anticipated Contract Type: A firm fixed price contract with options to extend the contract and options for separately priced line items is anticipated. Period of Performance/Delivery Requirement: The period of performance for this requirement shall be May 1, 2017 through April 30, 2018 plus four (4) subsequent one-year option periods. Place of Performance: The place of performance shall be the Contractor site. Capability Statement: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-17-166/listing.html)
 
Record
SN04389875-W 20170204/170202235502-8a8460d2bad2c34e4eaab5ab984ee3ba (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.