Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2023 SAM #8025
SOURCES SOUGHT

99 -- Technical & Logistical Support for NIH Lab Animal Research Contract (LARC V)

Notice Date
11/15/2023 11:08:34 AM
 
Notice Type
Sources Sought
 
NAICS
541 — Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N98024R00003
 
Response Due
12/15/2023 12:00:00 PM
 
Archive Date
12/30/2023
 
Point of Contact
Kathleen Kathman, Phone: 3014358447, Aseia Chaudhry, Phone: 3014020716
 
E-Mail Address
kathmank@od.nih.gov, aseia.chaudhry@nih.gov
(kathmank@od.nih.gov, aseia.chaudhry@nih.gov)
 
Description
The National Institutes of Health (NIH) is conducting a market survey to determine the availability and potential technical capability of small businesses to provide a wide range of technical and support services required for the proper care, use, and humane treatment of laboratory animals to any NIH Institutes and Centers (ICs) animal program. Functions include: Veterinary medicine, animal care and husbandry, veterinary and research technical support, data management, cage and environment sanitation, routine maintenance of animal care equipment, animal transportation, logistical and clerical support. Support is to be provided to projects involving the full range of biomedical research and scientific disciplines. Continuous high quality animal care shall be provided as set forth in the applicable animal welfare regulations,standards and guidelines. Animals must be maintained under carefully controlled conditions to minimize research variables and allow the accurate interpretation of laboratory results. It is essential that animal colonies be properly maintained to avoid any situation or condition such as undue stress, diseases, animal identification problems, es capes, etc., that might adversely affect ongoing research. NIH laboratory animal programs involve the use of approximately 575,000 square feet of space located primarily in twenty-six buildings on the Bethesda campus and thirteen buildings at the Animal Center in Poolesville, MD. Remote facilities include four leased facilities in Rockville and Gaithersburg and two Government-owned facilities in Baltimore, MD. All NIH animal programs and facilities comply with applicable laboratory animal regulations, guidelines and standards, and are accredited by the Association for the Assessment and Accreditation of Laboratory Animal Care (AAALAC). Independently, and not as an agent of the Government, the Contractor(s) shall furnish all necessary qualified personnel to perform technical and support services required for the proper care, use and humane treatment of laboratory animals. THERE IS NO SOLICITATION AT THIS TIME, this request for information does not constitute a request for proposal and submission of any information based on this synopsis is purely voluntary. If your organization is a small business and has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, and telephone number. 2) Size and type of ownership for the organization, [i.e., small business, small disadvantaged business, 8(a) firm, etc.] 3) A tailored capability statement addressing th e particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Business concerns that respond to this notice must furnish concise responses directed specifically to the requirements mentioned above. Business concerns demonstrating the capability to accomplish the requirements shall supply pertinent information in sufficient detail to demonstrate their ability to perform. Information furnished shall include enough material to perform a proper evaluation of each item listed above. The Government will evaluate the capability packages using the following criteria: 1) Experience as a prime contractor providing services consistent in scope and scale with those described above. 2) Experience in securing and applying the full range of corporate financial and technical resources required to successfully perform similar requirements. 3) Experience in providing services under a performance-based service acquisition contract including a brief description of work. 4) A list of the last three (3) contracts completed during the past 3 years or currently in process that are similar in nature to the above outline. Include the following information for each contract and subcontract: (1) Name of Contracting Organization (2) Contract number [for subcontracts provide the prime and subcontract number] (3) Con tract type (4) Total Contract Value (5) Description of Requirement (6) Contracting Officer's Name and Telephone Number (7) Program Manager's Name and Telephone Number and (8) NAICS Code(s). Although no geographic restriction is anticipated, if responding firms are located outside the Washington Metropolitan area, indicate how the firm would coordinate with the agency program. Multiple, indefinite delivery, indefinite quantity, task order type contracts are anticipa ted. The contracts are expected to be awarded for one sixty (60) month base period. Individual task orders containing options are expected. The applicable NAICS codes are 541940, Size Standard $7.5M, Veterinary Services, 541611, Size Standard $24.5M, Administrative Management and General Management Consulting Services; 541990, Size Standard $19.5M, All Other Professional, Scientific and Technical Services; and 541715, Size Standard 1,000 employees, R&D in the Physical, Engineering, and Life Sciences (Except Nanotechnology and Biotechnology).� Appropriate NAICS Code(s) will be applied at the task order RFP level. Capability statements must be received by 3:00 PM (Local Time) on December 15, 2023. Please email capability statements to the following address: National Institutes of Health, Office of Acquisitions-OLAO, �kathmank@od.nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e4e08e89b1ee47309e4739f83a6cfec5/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06886540-F 20231117/231115230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.