MODIFICATION
R -- Animal Husbandry Services
- Notice Date
- 11/2/2009
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 09-223-SOL-00191
- Point of Contact
- ZetherineGore, Phone: (301) 827-5093, Vida - Niles, Phone: 301-827-2476
- E-Mail Address
-
zetherine.gore@fda.hhs.gov, vida.niles@fda.hhs.gov
(zetherine.gore@fda.hhs.gov, vida.niles@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- MODIFICATION 03 provides answers to questions received as listed below. The due date for receipt of proposals is unchanged. SOLICITATIONO. 09-223-SOL-00191 FOR ANIMAL HUSBANDRY SERVICES QUESTIONS (Q) & ANSWERS (A) Q1) Section C, Page 62 item 5 states “…the technical proposal must contain a discussion of present or proposed facilities and equipment which will be used in the performance of this contract..” and; Section C, page 64, number (4) states “..describe the facilities and equipment available for the conduct of the proposed research. If helpful, submit a floor plan to show relationship of rooms to each other and to those used in other but similar programs”. Is there a requirement for an additional facility beyond those identified in the solicitation (MOD 1, White Oaks, Bldg 29B and Nicholson Lane)? A1) Task Order 1 and Task Order 3 – During option year 2013 of the contract, it is anticipated that CBER will relocate to the White Oak Facility. In that event, a modification to the contract would be required to accommodate the change. The animal numbers should remain the same and the overall husbandry required should remain close but additional staff may be required. TO2: Animal research involving poultry may occur at the MOD-2/CVM site but no additional costs are anticipated. Q2) Section C, Page 64 number (5) states “…Describe previous or current related grants or contracts from which the investigators proposed for this project have drawn or are now drawing support…”. Does the government require a staffing plan that includes an Investigator? A2) The Government does not require a staffing plan that includes and Investigator. Q3) Would the government consider extending the proposal due date? A3) The due date for receipt of proposals remains November 4th. Q4) Would the government please provide current contractor staffing numbers and positions for each of the work sites? A4) The solicitation was issued as a Performance Work Statement. Prospective contractors should propose a staffing plan to include the positions and numbers for each of the task orders. Q5) Part B of the main solicitation document, page 3, under the section B.2 “Compensation Fixed Price Schedule”, states that the “government shall pay the Contractor the fixed price of negotiated task orders under this contract based on the fixed rates specified below”. Part B continues, under B.4 Schedule of Charges (Unit Prices) to provide a chart that includes the CLIN, Labor Category, Unit (HR) and columns for hourly rates by labor category for the base and option years. These sections suggest that the contractor, under the “Business Proposal” response, only provide in his response only fixed price hourly rates for each labor category proposed. Additionally, Section B “B-2 Compensation Fixed Price Schedule”, item C., for Attachments 1-3, also suggests that the only pricing to be provided for the Task Orders will be “fixed hourly rates”. However, under L-1 General Proposal Instructions, B. Business Proposal Instructions, page 58 of the main solicitation document, it is suggested that all direct costs, including ODC, be included with the cost proposal. Please advise on what should be included in the cost proposal as it pertains to specific cost elements to be included with the pricing for each task order, and whether a separate summary chart, outlining just the fixed hourly bill rates for each proposed labor category, for the base and option years, also be included in our business proposal response. A5) A fixed priced for each task order should be proposed. However, the breakout of cost elements is requested to see what is included on top of the actual hourly rates to comprise the loaded hourly rates. Q6) Please advise if both the SF 1449 and any associated signed amendments (SF30) to the solicitation can be placed in the Business Proposal. A6) The SF 1449 and SF 30 have not been used with this solicitation. QUESTIONS SPECIFIC TO TASK ORDER 1 Q7) Who supplies the animals? A7) FDA acquires animals from several approved vendors. Q8) How do the metabolism cages work? A8) The metabolism cages are cages specific for technical procedures such that animals are placed into them for a period specified by the protocol/PI in order to collect urine and/or feces. The TO SOW clearly indicates in the percentage of studies requiring metabolism cages plus as noted in that section, a second metabolism chiller will be received at a later date. Q9) What type of studies are being done? A9) Studies include but are not limited to: Toxicology, tissue donation, organ injury, nanoparticle distribution with rats, mice and rabbits. Q10) What type of ophthalmologist are used in studies? A10) It is not required that the Contractor provide Ophthalmologists, and therefore not a contract requirement. Q11) Where are the control drugs kept? A11) Principal Investigators have their own research license for controlled substance and are not kept onsite. There is a controlled substance wall locker available to house euthanasia agents. Q12) How are the transporters washed? A12) In the cage/rack washer. Q13) Who is responsible for pest control in the lab? A13) Pest control is a service acquired under a separate contract. Q14) Who does the ordering of supplies? A14) The Animal Program Manager order supplies, but only as requested and submitted by AHU. AHU is responsible for tracking the inventory as indicated in the SOW. Q15) Where are the surgical instruments kept? A15) The Principal Investigators provide whatever surgical instruments they use. Q16) How often is training done in common use rooms? A16) As often as the schedule allows, training animals are available and training is needed. Hands-on training is also provided to the Principal Investigators as requested. Q17) Where are the busiest times of the year in the lab? A17) It varies and cannot be predetermined. Q18) What positions are on the current contract? A18) There are three positions on the current contract: Contract Manager, Technician/Support Services Supervisor, and Animal Caretaker. Q19) What types of certifications are required? A19) The required certifications are indicated in the base SOW. Q20) In attachment one, White Oak task 1 on page 6 the numbering skips from 2.11 to 2.13. Please advise if any sections were omitted in the solicitation. A20) Number 2.12 was skipped and the "automatic" numbering did not renumber, therefore no sections were omitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/09-223-SOL-00191/listing.html)
- Record
- SN01996462-W 20091104/091102235134-edd6cb3e52a8ac864b76717257580c90 (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 |