Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

A -- NTP and NIEHS Investigative Research Support (Molecular Oncology and Toxicology)

Notice Date
3/6/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
National Institutes of HealthNational Institute of EnvironmentalHealth SciencesP.O. Box 12874, MD K1-05Research Triangle ParkNC27709
 
ZIP Code
27709
 
Solicitation Number
NIHES2009062
 
Response Due
5/6/2009
 
Archive Date
6/5/2009
 
Point of Contact
Flowers3@niehs.nih.gov<br />
 
Small Business Set-Aside
Total Small Business
 
Description
MANDATORY REQUIREMENT: The prospective Contractor shall have at the time of submission of the proposal, or submit a plan to establish technical facilities, equipment, offices, including laboratory facilities within thirty (30) minutes driving time of the NIEHS South Campus facility located at 111 T. W. Alexander Drive, Research Triangle Park, North Carolina. The facility must have an animal facility in which NIEHS has a dedicated NIEHS specific area of the animal facility. Establishment of such offices must occur within 6 months of award of a contract and be subject to approval of the Project Officer.The Principle Investigator shall be employed by the Contractor and located at the Contractors site. The National Institute of Environmental Health Sciences (NIEHS) intends to solicit proposals from qualified sources to provide experimental support for NTP and NIEHS investigators such as conducting experiments examining animal models or in vitro systems, or generating tissue samples following treatments under defined protocols. The efforts could include animal dosing, in-life observations, necropsy, collection of tissue for molecular analysis, molecular analysis, in vitro assays, and reporting of results A sample of the specific tasks are as follows:(1) Perform specified surgical manipulations on experimental animals which may include but are not limited to partial hepatectomies, implantation of osmotic minipumps, ovariectomy, castration, catheter implantation, transponder/pellet implantation, tail biopsies, etc. Need for surgical manipulations are study-specific and will be required occasionally and only for some studies. (2) Conduct approximately 15-20 animal studies per year for the NTP and NIEHS that range in duration from 2 weeks 9 months (80% of the studies) to up to 2 years with 10-100 rats and/or mice per study. (3) House and maintain on average approximately 2000 mice and rats (range 1000 5000 mice and 100 1000 rats) of differing health status is various studies. (4) Set up and maintain small breeding colonies of a variety of wild-type and genetically altered rodents for NTP/NIEHS investigators. (5) Have Standard Operating Procedures that conform to the most recent version of the following: (i) National Research Council Guide for the Care and Use of Laboratory Animals http://www.nap.edu/readingroom/books/labrats (ii) PHS Policy on the Humane Care and Use of Laboratory Animals http://oacu.od.nih.gov/regs/guide/guidex.htm (iii) Association for Assessment and Accreditation of Laboratory Animal Care, International (AAALAC International) standards http://www.aaalac.org (6) The Contractor shall have an approved or provisionally approved animal welfare assurance statement on file with the NIH OLAW http://grants.nih.gov/grants/olaw/references/phspol.htm; a functional Institutional Animal Care and Use Committee (IACUC);and be accredited by the Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) http://www.aaalac.org(7) Provide logistical support for up to two (2) scientific peer review, workshops, and/or expert panel meetings on state-of-the-art scientific techniques or training reviews per year. For estimating purposes, the Government anticipates a cost-reimbursement completion type contract for a ten-year period which may require an estimated 311,250 total direct labor hours. A cost reimbursement type contract is anticipated with an award made on or about September 29, 2009 for a period of ten (10) years. The solicitation will be issued on or about March 23, 2009 in an electronic format only, on this web site https://www.fbo.gov Offerors are responsible for routinely checking this web site for any amendments to the solicitation. No individual notification of amendments will be provided. Proposals will be due forty-five days after the date of the issuance of the solicitation. All responsible sources may submit a proposal which shall be considered. The procurement will be classified under NAICS 541712. Based upon market research, the Government is not using the policies in FAR Part 12, Acquisition of Commercial Items. The notice does not commit the Government to award of a a contract. Collect calls will not be accepted. No facsimile transmissions will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f9ce7d8ed45e17a7512d650c4bf1fe8&tab=core&_cview=1)
 
Record
SN01763514-W 20090308/090306220705-1f9ce7d8ed45e17a7512d650c4bf1fe8 (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.