Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOURCES SOUGHT

A -- NON-HUMAN PRIMATE MODELS TO EVALUATE THERAPEUTIC AND PREVENTION STRATEGIES FOR HIV

Notice Date
2/27/2007
 
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 Institute of Allergy and Infectious Diseases, Office of Acquisitions 6700 B Rockledge Room 3214 MSC7612, Bethesda, MD, 20892-7612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFP-NIH-NIAID-DAIDS-08-09
 
Response Due
3/13/2007
 
Archive Date
4/1/2007
 
Description
THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE. THIS IS NOT A REQUEST FOR PROPOSALS. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT BASED ON RESPONSES UNDER THIS ANNOUNCEMENT. ANY PROPRIETARY INFORMATION SHOULD BE SO MARKED. INTERESTED ORGANIZATIONS PRESENTING A CAPABILITY STATEMENT IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT MUST IDENTIFY THEIR SIZE STATUS. BASED ON CAPABILITY STATEMENTS RECEIVED FROM THIS ANNOUNCEMENT THIS ACQUISITION MAY BE SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE OR FULL AND OPEN. ALL SMALL BUSINESS ORGANIZATIONS (SB, SDB, WOSB, HUBZone, VOSB, and SDVOSB) ARE ENCOURAGED TO RESPOND TO THIS NOTICE. SMALL BUSINESS ORGANIZATIONS MUST HAVE THEIR SIZE STATUS CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION. THE NAICS CODE IS 541710 WITH A SIZE STANDARD OF 500 EMPLOYEES. The National Institute of Allergy and Infectious Diseases is seeking qualified small businesses that are capable of supporting the pre-clinical evaluation of therapeutic interventions and topical microbicides for HIV/AIDS, using the simian immunodeficiency virus (SIV) and simian/human immunodeficiency virus (SHIV) non-human primate animal models. It is anticipated that one to two cost reimbursement type contracts will be awarded, and each will be for a period of five (5) years with options to extend the contract period up to two (2) additional years. It is estimated that seven (7) full time equivalents (FTE) will be required per year. Contractor support will be required in the following areas: Animal Procurement, Care, and Maintenance; Scientific and Veterinary Services; State of the Art Technologies; and Project Management SERVICES REQUIRED: This SOURCES SOUGHT NOTICE is seeking small businesses that possess the necessary facilities and scientific and veterinary expertise to perform pre-clinical evaluation of therapeutic interventions and topical microbicides for HIV/AIDS, using the SIV/SHIV macaque animal models and are capable of providing the services described below. ANIMAL PROCUREMENT, CARE, AND MAINTENANCE: 1. Provide the appropriate housing facilities and veterinary services required for the care and monitoring of SIV/SHIV infected and uninfected non-human primates. 2. Procure up to 60 Chinese and Indian rhesus macaques, cynomolgous macaques, and pig-tail macaques per year, free of Tuberculosis (TB), simian T cell lymphotrophic virus (STLV), simian type D retrovirus (SRV), and SIV. 3. House up to 150 animals at any one time, in appropriate biohazard containment facilities, using required biosafety procedures to care for and handle SIV/SHIV infected animals. 4. House, care, and maintain animals in well-equipped and Association for the Assessment and Accreditation of Laboratory Animal Care (AAALAC)-accredited facilities. 5. Provide animal care and monitoring in compliance with the Office of Laboratory Animal Welfare (OLAW) regulations. 6. Provide clinical laboratory testing, CD4 and CD8 T cell counts and total lymphocyte counts of animal blood samples, and euthanize animals according to humane procedures. SCIENTIFIC AND VETERINARY SERVICES: Provide the scientific and veterinary expertise required for: 1. The pre-clinical evaluation of therapeutic agents and topical microbicides for HIV/AIDS, using the SIV/SHIV macaque animal models. 2. The development of new and improved SIV/SHIV macaque animal models for HIV/AIDS. 3. The in vitro assessment of efficacy and toxicity of therapeutic agents and microbicides against SIV/SHIV, using non-human primate and human cells. 4. The conduct of intra-vaginal, intra-rectal, and intravenous SIV/SHIV challenge of macaques. 5. The treatment of macaques with a single and/or combinations of anti-retroviral drug regimens specific for SIV/SHIV. 6. The immunization/treatment of macaques with therapeutic modalities and/or microbicides specific for SIV/SHIV. 7. The conduct of vaginal and rectal pinch biopsies as well as lymph node biopsies of macaques. 8. The conduct of 2-3 studies per year that will utilize up to 60 non-human primates to evaluate therapeutic agents and topical microbicides for HIV/AIDS. 9. The conduct of up to 3 in vitro studies per year that will assess the efficacy and toxicity of therapeutic agents and microbicides using non-human primate and human cells. STATE OF THE ART TECHNOLOGIES: Provide the required immunological and virological assays to: 1. Evaluate therapeutic agents and microbicides against HIV, using the SIV/SHIV macaque animal model. 2. Develop new and improved SIV/SHIV macaque animal models for HIV/AIDS. 3. Assess the in vitro efficacy and toxicity of therapeutic agents and microbicides against SIV/SHIV, using non-human primate and human cells. PROJECT MANAGEMENT: 1. Provide the scientific, technical, and administrative infrastructure to ensure the efficient planning, initiation, implementation, and management of all activities. The Contractors infrastructure shall include a Principal Investigator (PI) with responsibility for overall project management and communications and administrative staff responsible for financial management and reporting of all activities conducted by the contractor and all subcontractors. 2. Ensure effective communications with the Project Officer and Contracting Officer which will involve weekly conference calls and one or more site visits per year at the contractors site(s) for the purpose of updating the Project Officer on the status of ongoing and planned studies and other issues related to the contract. In order to be deemed capable, small business organizations should submit capability statements that include: 1) Demonstrated experience with contracts of similar size and scope to this proposed effort; 2) Proposed key personnel and a brief description of available facilities that demonstrate that your organization has the necessary expertise and infrastructure to perform the requirements of the project; 3) Sufficient corporate qualifications needed to perform the requirements of the project; 4) A statement identifying the offeror as a small business firm; and 5) Necessary accreditations to perform the proposed work. Interested Small Business organizations should submit two (2) copies of their capability statement addressing each of the areas cited above. Written capability statements should be received by the NIAID Contracting Officer at 3:30 PM Eastern time by March 13, 2007. Please reference the solicitation number on all related correspondence. No collect calls will be accepted. No facsimile transmissions will be accepted. Point of Contact Anita Hughes, Contract Specialist, Phone 301-451-3694, Fax 301-480-4675, Email anhughes@niaid.nih.gov Eileen Webster-Cissel, Contracting Officer, Phone 301-496-0612, Fax 301-480-5253, Email ew52c@nih.gov
 
Record
SN01239632-W 20070301/070227220503 (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.