Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2018 FBO #6008
SOURCES SOUGHT

B -- LABORATORY ANIMAL DIAGNOSTIC TESTING SERVICES - Draft Attachments

Notice Date
5/4/2018
 
Notice Type
Sources Sought
 
NAICS
#541380 — Testing Laboratories
 
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
NIHES201800011
 
Point of Contact
Onyenauche Washington, Phone: (984) 287-3064
 
E-Mail Address
uche.washington@nih.gov
(uche.washington@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Attachments I - VI This is a Sources Sought Notice only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this sources sought notice is to help the Government obtain information regarding: (1) The availability and capability of qualified sources/ availability of competition; and (2) the business size and socioeconomic status (e.g. small or large business, HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small business; woman-owned small business; woman-owned small businesses; small disadvantage businesses; or large business), 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 National Institute of Environmental Health Sciences (NIEHS), located in Research Triangle Park, North Carolina, is one (1) of 27 research institutes and centers that comprise the National Institutes of Health (NIH), U.S. Department of Health and Human Services (DHHS). The mission of the NIEHS is to discover how the environment affects people in order to promote healthier lives. The Branches & Laboratories at NIEHS fall under the Intramural Research and the National Toxicology Program (NTP) Divisions. The Comparative Medicine Branch (CMB) ensures the judicious and humane use of rodents for biomedical research that benefits human and animal health. The CMB maintains the animal facility for the NIEHS and is responsible for the health and well-being of the research animal population. The health and well-being of these animals are a critical factor in many research projects. Laboratory animals are susceptible to many different diseases, which may be symptomatic or subclinical but still have profound effects on research. Some of these diseases can be zoonotic (contagious to humans). Diagnosis of these animal diseases is very important in maintaining the quality of the NIEHS research animals as well as ensuring the safety of the researcher and animal care staff. The Quality Assurance Laboratory (QAL) within CMB is responsible for monitoring the health status of incoming and resident animal colonies and making appropriate decisions based on the results of this monitoring. The QAL is also responsible for the NIEHS animal health surveillance program. Sentinel animals are used most often monitor the animal population. Monitoring may include a complete necropsy, examination for ecto- and endoparasites, microbial identification, Polymerase Chain Reaction (PCR) and analysis of rodent blood or serum for response of the immune system to pathogens (serological assay). QAL is responsible for reporting the health status of the animal or tissue specimens back to the appropriate veterinarian(s) and researchers. The primary scope of the contract will be to perform diagnostic testing services as part of the animal health surveillance program. Identification of unknown bacterial or fungal isolates using Matrix Assisted Laser Desorption/Ionization - Time of Flight (MALDI-TOF) spectrophotometry or partial genomic sequencing of biological samples may also be requested. Other assays, such as Western Blot or Immunofluorescent Antibody (IFA) may be requested to confirm initial, equivocal, serological results. As such, testing services of a commercial laboratory are needed to conduct the diagnostic testing on rodent blood/sera, rodent tissues, rodent fecal specimens or other biological samples (e.g., cell cultures, viral vectors, isolated proteins, etc.). PURPOSE AND OBJECTIVES: The Contractor shall execute a broad range of Laboratory Animal Diagnostic Testing Services and shall provide a readily available source for diagnostic testing services as a part of the QAL overall diagnostic and health monitoring programs at NIEHS. The Contractor shall receive the biological samples, perform requested testing on these samples and shall provide results to the Government via e-mail, telephone or other electronic source (e.g., online access). ANTICIPATED PERIOD OF PERFORMANCE: The contract will consist of a 5 year ordering period. Task orders will be placed as needed by the NIEHS and will specify actual performance dates and task areas to be covered. Single task orders cannot exceed a 12 month period. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement will be classified under the NAICS code 541380, "Testing Laboratories" with a size standard of $15M. ANTICIPATED CONTRACT TYPE: A Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract type is anticipated. Up to 3 awards are anticipated. The anticipated program ceiling for the acquisition is $2,000,000.00 for 5 years across all contracts issued. The types of orders authorized for use under the resultant contract will be firm fixed price only. PERFORMANCE LOCATION: Each task order will specify the method and location. CAPABILITY STATEMENT/INFORMATION SOUGHT: Interested organizations are required to submit their capability statements via email to uche.washington@nih.gov, and should not exceed five (5) pages in length; not including a standard product brochure that clearly details the ability to perform the aspects of the notice described in the Statement of Work and should be tailored to the "Project Requirements" as concise as possible. Capability statements should also include the following information: 1. DUNS Number 2. CAGE Code: 3. Organization Name: 4. Company Address: 5. Point of Contact (including name, title, addresses, telephone number, fax number and Email address) 6. Business size (e.g. small or large): 7. Socio-economic Status (e.g., 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): 8. GSA Contract Number: 9. Clear and convincing documentation of your capability and ability to provide the services specified in this notice. 10. Examples of prior completed contracts and other related information. Note that standard product brochures will not be considered a sufficient response to this sources sought synopsis. 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). 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. Potential Quoters 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. Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within ten (10) days of this posting. Written responses to this synopsis shall contain sufficient documentation to establish their capability to fulfill this requirement. NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice. Please email, with the sources sought notice number in the subject line to the Contracting Officer listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES201800011/listing.html)
 
Place of Performance
Address: See Attachments, Research Triangle Park, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN04911060-W 20180506/180504230445-89d33db3d07593499ba42ef42ef6268f (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.