SOLICITATION NOTICE
U -- Onsite BSL-4 Training
- Notice Date
- 3/13/2008
- Notice Type
- Solicitation Notice
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NOI-RML-8011
- Response Due
- 3/26/2008
- Archive Date
- 4/10/2008
- Point of Contact
- Julienne Keiser, Purchasing Agent, Phone 406-363-9370, Fax 406-363-9288, - Lynda Kieres, Contracting Officer, Phone 406-363-9210, Fax 406-363-9288
- E-Mail Address
-
Jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Emory University for BSL-4 onsite training, in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This acquisition is issued as a Notice of Intent (NOI#RML-8011). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 dated 02/28/08. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 611430 and the small business size is $6.5. SCHEDULE: The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories (RML), has a need for specialized biosafety training for staff that will be working in the Biosafety Level-4 (BSL-4) facility at the RML. The training must be offered onsite at RML using the BSL-4 facilities for practical portions of the course. The vendor must provide an initial site visit in April, online staff assessment, training development, training delivery, and training evaluation. A post-training summary report must be provided. The proposed training weeks requested are the week of June 2nd and June 9th, 2008. The vendor must have demonstrated experience in offering BSL-4 training; resumes of proposed trainers; references; and be associated with an institution with experience in such training. The training shall be delivered over 2(two) weeks with 8(eight) participants in each weeks session. There will be a total of 16(sixteen) participants, including scientists, post-doctoral fellows, safety staff, animal study coordinators and containment facilities staff. RML will provide supervised access to BSL-4 facilities; a venue and audio-visual facilities for didactic sessions; personal protective equipment (PPE) and related gear for both the instructors and participants; RML safety manuals; emergency response plans; already established standard operating procedures (SOPs); and other documents required for course preparation. Through this training, successful participants will be able to meet the following goals: 1) List basic principles of engineering, administrative, personal protective, and workplace practice controls: 2) Gain experience in applying good laboratory practices through discussion and application; 3) Become familiar with the laboratory environment controls; 4)Become familiar with infectious disease and standard biosafety practice associated with specific pathogens; 5) Share personal laboratory experiences with other participants and professionals. At the end of the training, the participants should have acquired biosafety knowledge in the following areas: primary controls in biosafety; select agent program; laboratory risk assessment; recognize special issues; animal husbandry; strategies for minimizing sharps in the laboratory environment; distinguish between OSHA and CDC; suspicious behaviors and events; donning and doffing PPE; biosafety cabinets used to protect staff, environment and work; differences between BSL-1, BSL-2, BSL-3 and BSL-4 laboratories; emergency response at RML in a BSL-4 laboratory; define Category A, B, and C pathogens; risk communication and communication issues surrounding high-containment work; RML procedures for decontaminating laboratory wastes and identify hazards in a high-containment laboratory; NIH Biosurety Program, and the basic elements of a successful occupational health and safety program. The contractor shall keep all RML-derived data secure and will not release or maintain any of the data beyond this contract effort. If internet or network connectivity is needed in order to perform the work, or transfer deliverables, contractor computers shall be secure and in compliance with RML IT security procedures and policies. Should the contractors need internet access while on-site, access shall be coordinated with an RML staff member. Quotes shall include all training, travel and associated costs. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR52.227-14 Rights In Data General; HHSAR 352.224.70: (b)(f) Confidentiality of Information Clause. 52-204-9 Personal Identity Verification of Contractor Personnel; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, delivery, and the best value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST) 3/26/08. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, MT
- Zip Code: 59840
- Country: UNITED STATES
- Zip Code: 59840
- Record
- SN01531623-W 20080315/080313223516 (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 |