Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOURCES SOUGHT

A -- Provide a Central Source of Quality Controlled Malaria-related Reagents.

Notice Date
5/5/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institutes of Allergy and Infectious Diseases, Contract Management Branch 6700 B Rockledge Room 3214 MSC7612, Bethesda, MD, 20892-7612
 
ZIP Code
20892-7612
 
Solicitation Number
SS-NIH-NIAID-DMID-05-20
 
Response Due
5/26/2004
 
Archive Date
5/26/2004
 
Point of Contact
David Plata, Contract Specialist, Phone 301-496-0612, Fax 301-480-5253, - Barbara Shadrick, Senior Contracting Officer, Phone 301-496-7288, Fax 301-480-5253,
 
E-Mail Address
DPlata@niaid.nih.gov, bs92y@nih.gov
 
Description
The Division of Microbiology and Infectious Disease (DMID), of the National Institute of Allergy and Infectious Diseases (NIAID), of the National Institutes of Health (NIH) is in the process of seeking sources, in anticipation of a follow-on contract, to provide a central source of quality controlled malaria-related reagents and information to the United States and International malaria research community. THIS IS NOT A REQUEST FOR PROPOSALS AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE. NO SOLICITATION IS AVAILABLE AT THIS TIME. THE NAICS CODE IS 541710 WITH A SIZE STANDARD OF 500 EMPLOYEES. THIS IS HOWEVER A REQUEST FOR QUALIFIED SOURCES TO SUBMIT THEIR CAPABILITY STATEMENT. The sources sought must provide the capabilities described below. Technical Expertise Malaria research experience is required by all interested firms since there is significant Research and Development associated with this requirement. Most of this is highly specialized and requires handling of material that is potentially infectious/biohazardous in nature. Additional expertise is required to ensure experience and compliance with all U.S. and foreign regulations and requirements for the handling and shipping of biological materials. All interested sources are required to state the malaria research expertise of the technical and managerial personnel, including the Principal Investigator, and its ability to oversee activities of subcontractors, as required. The Statement of Work will contain the following items, and all interested firms are expected to have expertise in all of the following: Acquire, and Produce/Expand (as necessary) Malaria Research Reagents, including: a. Various Plasmodium parasites from human, avian and rodent species and strains, including cloned and uncloned isolates as well as genetically manipulated parasites and parasites grown under selective pressure; b. Plasmodium DNA libraries, DNA clones, expression vectors, and oligonucleotides; c. Human body fluids and cells, including those obtained from individuals living in malaria endemic regions; d. Proteins and synthetic peptides; e. Polyclonal and monoclonal antibodies and hybridoma cell lines; f. Specimens or DNA from principal malaria vector species, including the Anopheles gambiae complex. Quality Control of Reagents: a. For parasites: sterility, culture viability, gametocyte production, DNA fingerprinting, in vivo infectivity (rodent species), drug sensitivity (human species); b. For nucleic acids: concentration, purity, restriction enzyme analysis, size distribution (genomic DNA); c. For human materials: sterility, presence of blood-borne pathogens, including HIV and hepatitis B, immunoblotting (human sera/plasma); d. For proteins/peptides: sterility, stability, protein concentration, carbohydrate and DNA content, endotoxin content, pH and conductance, identity and purity (proteins: PAGE analysis; peptides: HPLC, mass spectroscopy, amino acid analysis, N-terminal sequencing), antigenicity (antibody reactivity by immunoblotting and ELISA for vaccine antigens); e. For antibodies: sterility, stability, protein concentration, endotoxin level, immunologic activity (immunoblotting, ELISA) f. For cell lines: viability, sterility, contamination with adventitious infectious agents including mycoplasma, identity testing (e.g. specificity of antigen reactivity); g. For mosquito vectors: verification of species or strain identity by entomological markers, chromosomal markers and/or PCR; malaria infection status of wild-caught specimens. Provide Backup, Secure Storage, Processing Facilities and Resources: All interested sources must be able to provide secure facilities and equipment to receive and store reagents, including those that are potentially hazardous, and maintain their activity or viability. The facilities must provide aseptic and/or sterile conditions, as well as biosafety containment, as appropriate. All sources must also maintain backup storage and power for the Resource Center. Additional Requirements: The firm must provide a state of the art Inventory and Distribution Database and Management system. This includes the ability to store and distribute many thousands of genomic clones, for example, and a tracking system for inventory. NOTE: Costs incurred with transferring inventory will be included in a proposal, in order to ensure safety, sterility, refrigeration, and cataloging during the transfer. The firm must have experience in providing workshops for training in aspects relevant to malaria research; for example Good Laboratory Practice (GLP) and Good Clinical Practice (GCP), malaria research techniques and Bioinformatics. Approvals and assurances necessary to ship and receive reagents must be obtained by the firm, including familiarity with international permits and regulations for shipping, and modifications to material transfer agreements and legal issues. The firm must maintain a secure website for online registration, access to malaria research protocols and information, and communicate with the malaria research community on a regular basis. It is anticipated that the follow-on contract will be for a 7-year period of performance. All interested organizations should submit two (2) copies of their capability statement addressing each of the areas cited above. Please respond as directed by Government-wide Numbered Note 25 which states, Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of information submitted. In addition, in accordance with Government-wide Numbered Note 26, Based upon market research, the government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government?s requirement with a commercial item within 15 days of this notice. No collect calls will be accepted. No facsimile transmissions will be accepted.
 
Record
SN00580305-W 20040507/040505211840 (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.