Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2010 FBO #3164
SOURCES SOUGHT

A -- Quantitative Viral RNA Laboratory

Notice Date
7/22/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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, Maryland, 20892-7612
 
ZIP Code
20892-7612
 
Solicitation Number
HHS-NIH-NIAID(AI)-SS-30057
 
Archive Date
8/21/2010
 
Point of Contact
Craig D. Heggestad, Phone: 3014438175, Michelle L. Scala, Phone: 301-496-0612
 
E-Mail Address
heggestadcd@niaid.nih.gov, mscala@niaid.nih.gov
(heggestadcd@niaid.nih.gov, mscala@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources and (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. Background The NIAID provides immunological and virological support for nonhuman primate studies conducted at NIAID's Simian Vaccine Evaluation Unit contract sites (SVEUs) and by AIDS vaccine researchers through three Nonhuman Primate (NHP) Immunology and Virology Laboratories for AIDS Vaccine Research and Development, previously called the NHP "Core Laboratories." The objective of the Core Laboratories has been to insure standardization and comparability of the assays conducted for preclinical NHP studies and to provide a common basis for assessment of the immunogenicity and efficacy of candidate HIV and SIV vaccines. The current contract for this work is entitled "Primate Core Immunology - Virology Laboratories, Part C: Quantitative Viral RNA Laboratory" and is with Advanced BioScience Laboratories, Inc. under contract No. NO1-AI-30057. The NIAID intends to continue to perform quantitative viral RNA studies for a period of six (6) months from 9/30/2010 to 3/29/2011 since many of the nonhuman primate studies are still ongoing at the three SVEU sites. The quantitative viral RNA laboratory is an integral part of the SVEU laboratories and is a very important resource for the AIDS vaccine research community. Purpose and Objectives The purpose of the proposed six (6) month extension of services is to provide a nonhuman primate virology laboratory that will conduct quantitative viral RNA measurements in support of studies that evaluate prototype AIDS vaccines in nonhuman primates. The contract will support the conduct, improvement, and development of assays designed to measure viral RNA loads in nonhuman primates that have been immunized with candidate HIV or SIV vaccines and challenged with SIV or SHIV in studies conducted at DAIDS Simian Vaccine Evaluation Unit contract sites or by NIH-supported investigators. Project Requirements The Contractor shall provide studies including performing assays on samples collected from the following SVEU studies: Evaluation of the immunogenicity and efficacy of DNA/SIV vaccines with or without IL-12, IL-15 or RANTES; Virus-like particles containing clade A envelope; Protective efficacy of glycan-modified Env vaccines against heterologous SHIV challenge; Foreskin/penile infection with SIVmac251; Acute intra-rectal SIV infection studies; Mucosal immunization (cervical; Ad5/SIV); and other planned SVEU studies. The current contractor is using a proprietary Nucleic Acid Sequence-Bases Amplification (NASBA) and real-time NASBA assays to assess quantities of the viral RNA in the samples provided by SVEU laboratories. Anticipated Period of Performance It is anticipated this work will be a term type six (6) month, cost-reimbursement requirement. Capability Statement/Information Sought Capability Statements should clearly convey information regarding the respondents capabilities, including: (a) ability to use a proprietary Nucleic Acid Sequence Based Amplification (NASBA) method to quantitatively assay for the viral RNA copies in samples; (b) staff expertise, including their availability, experience, and formal and other training; (c) current in-house capability and capacity to perform the work; (d) prior completed projects of similar nature; (e) corporate experience and management capability; and (f) examples of prior completed Government contracts, references, and other related information; Interested contractors must submit a capability statement (five page limitation, excluding resumes) describing their company's experience and ability to perform this effort which includes the following: (1) a summary list of similar work previously performed; (2) the professional qualifications and specific experience of staff who may be assigned to the requirement; (3) resumes for proposed key personnel, including the Principal Investigator/co-PI, which reflect education, and previous work relevant to the proposed requirement; (4) a general description of the facilities and other resources needed to perform the work; and (5) demonstrated ability to carry out the work. Each response should include the following Business Information: a. DUNS b. Company Name c. Company Address d. Company Points of Contact (both technical and administrative), including names, titles, addresses, telephone and fax numbers and Email addresses e. Current GSA Schedule appropriate to this Sources Sought. f. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. g. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must be registered in CCR which is located at http://www.ccr.gov/ Teaming Arrangements: All teaming arrangements should also include the above-cited information and certification for each entity on the proposed team. Teaming arrangements are encouraged. NIAID recognizes that no single organization or institution may have the expertise and facilities required to perform all of the tasks mentioned above. Therefore, the Contractor may need to utilize the expertise and resources of subcontractors and specialized consultants to provide the full spectrum of requested activities. The Contractor shall be responsible for ALL work performed under this contract including that performed by any subcontractors and consultants. The Contractor will ensure that any and all processes meet international, federal, local and state regulations to ensure the continuity and validity of the resulting product. Responses must be submitted no later than 4:00 PM, August 6, 2010. Capability statements will not be returned and will not be accepted after the due date. These statements may be submitted by e-mail or paper copy to Craig Heggestad, Contract Specialist. He can be emailed at the address provided below. Electronic submissions should be submitted in PDF format, however, Microsoft Word or Corel WordPerfect will be accepted. In the subject line, please reference: HHS-NIH-NIAID (AI)-SS-10-30057. A paper copy can be sent via regular mail at the address provided below. If sending a paper copy, please send an original and one copy. Craig Heggestad Contract Specialist Office of Acquisitions National Institute of Allergy and Infectious Diseases National Institutes of Health 6700-B Rockledge Drive, Room 3214, MSC 7612 Bethesda, Maryland 20892-7612 Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a Presolicitation synopsis and solicitation may be published in the Federal Business Opportunities. Respondents will be added to the prospective offerors list for any subsequent solicitation. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. The Government will not entertain questions regarding this Market Research; however, general questions may be emailed to the following addresses: Contract Specialist: Craig Heggestad Email Address: heggestadcd@niaid.nih.gov Contracting Officer: Michelle L. Scala Email Address: mscala@niaid.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/HHS-NIH-NIAID(AI)-SS-30057/listing.html)
 
Record
SN02214325-W 20100724/100722234812-d7abbffe4b93d14c4b3008520ebc90de (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.