Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2003 FBO #0594
SOLICITATION NOTICE

R -- Comparative Medicine & Animal Research support Services

Notice Date
7/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263-03-R(GF)-0078
 
Response Due
8/29/2003
 
Point of Contact
Sanford Cook, Contract Specialist, Phone 301-402-5583, Fax 301-402-3407, - Sanford Cook, Contract Specialist, Phone 301-402-5583, Fax 301-402-3407,
 
E-Mail Address
sanfordc@od.nih.gov, sanfordc@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NIH/ORS requires the services of highly qualified staff to provide comparative medicine and animal husbandry support services for the National Institute of Aging, Intramural Research Program. The solicitation number is 263-03-P-(GF)-0078. The North American Industry Classification System (NAICS) code is 541710 and the size standard is 500 employees. This solicitation is a small business set-aside. The NIA IRP conducts biomedical, social, and behavioral research and training related to aging and the diseases and special problems of the aged. The NIA IRP requires a contractor to provide research support services for animal research. The Contractor shall provide services at facilities used by investigators and staff of the IRP. These facilities include but are not limited to several buildings on the Johns Hopkins Bayview Campus (Gerontology Research Center and Triad Technology Center); and Aberdeen Proving Grounds Edgewood Facility (APG/Edgewood), Edgewood, Maryland. These services include but are not limited to animal husbandry for rodents, rabbits, and other species; using rodents to create novel genetic models; breeding novel genetic models, including genotyping services; and other specialized services required as new animal research protocols are introduced by IRP investigators. The Contractor shall provide a wide range of technical research support services required for the proper care, use, and humane treatment of laboratory animals. The Contractor shall provide a wide range of technical services required for the scientific study and manipulation of animals and animal products. Functions provided by the Contractor include board certified veterinary medical assistance, animal care, and technical support; production, breeding, weaning, and sampling transgenic rodents; cage and environmental sanitation; routine maintenance of animal care equipment and supplies; inventory control, and data entry and management; personnel, animal, and equipment transportation; logistical, clerical and administrative support; and, supervision and management of Contractor staff. The Contractor shall support animal projects involving a wide range of biomedical research. This research may involve studies of the pathophysiology of a variety of organ systems and scientific disciplines using animal species that may include mice, rats, rabbits, cats, pigs, and other vertebrates and invertebrates. All contract activities must be responsive to the National Institutes of Health’s research requirements, comply with criteria for accreditation promulgated by the Association for Assessment and Accreditation of Laboratory Animal Care, and conform to policies and procedures for the care and use of laboratory animals by the Public Health Service and the National Institutes of Health. These services specifically include, but may not be limited to, the following: Genotyping and phenotyping services; Microinjection services; Animal care including husbandry, technical support, health monitoring, housing, nutrition, hygiene, written and computerized record keeping in a research environment with Bio-safety Laboratories levels 1, 2, and 3; Cleaning, sanitation, and sterilization of equipment, supplies and facilities as outlined in animal study proposals and standard operating procedures; Minor Custodial services for the APG/Edgewood only (not at GRC); Animal handling, restraint, technical laboratory animal procedures, surgery, observations, and euthanasia; Veterinary medical care, veterinary medical assistance, and animal health quality assurance; Logistical support such as transportation of animals, samples, supplies, and equipment; Maintenance of equipment and supplies as outlined in standard operating procedures; Purchase and disbursement of disposable laboratory garments; Appropriate technical and developmental training for both Contractor and Government research personnel; Appropriate supervision, human resources support, and management oversight of Contractor personnel; Creation of new standard operating procedures and modification of existing standard operating procedures on animal care for review and approval by the Project Officer; Preparation of reports; Unpack and prepare the receiving report to record the receipt of laboratory animals and animal supplies ordered by the Government; Assistance with import and export of laboratory animals and biological materials; Environmental monitoring and quality assurance; Laboratory support services; Surgical research support including, but not limited to pre-operative care and handling, anesthesia and analgesia, catheterization, surgical techniques and procedures, post-operative care and recovery. GRC is 30,000 gross sq. ft. (18,700 net sq. feet) with around 10, 000 mice, 2,000 rats, 30 guinea pigs, and 12 rabbits. APG is 11,000 gross sq. ft. (7,500 net sq. ft.) with around 10,500 mice. The Contract type is anticipated to be Cost-Plus-Award Fee with a one-year base period and 4 one-year options. Proposals will be evaluated on the basis of overall best value for the government. Technical factors are more important than cost. The Evaluation Factors are: 1. Staff qualifications and experience; 2. Past performance in contracts of a similar scope and nature; 3. Technical approach; 4. Corporate experience. The Contractor must be able to perform the entire contract without subcontracting any portion. Requests for the RFP must be in writing and addressed to the Contract Specialist, Mr. Sanford Cook, National Institutes of Health, DHHS, Division of Station Support Acquisition, 6011 Executive Boulevard, Room 529M, Rockville, MD 20892. The FAX number is (301) 402-3407. Mr. Cook’s e-mail address is SanfordC@OD.NIH.GOV. His telephone number is (301) 402-5583. Requests for the RFP should include a capabilities statement including past performance data. E-mail requests are preferred. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/OoA/263-03-R(GF)-0078/listing.html)
 
Record
SN00371124-F 20030716/030714221138 (fbodaily.com)
 
Source
FedBizOpps.gov 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.