Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2014 FBO #4522
SOURCES SOUGHT

A -- Support for Research on Retroviral Pathogenesis, Treatment and Prevention

Notice Date
4/10/2014
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
N01RC51000-44
 
Point of Contact
Rukshani Fernando Levy, Phone: 240-276-5425, Lisa Hill, Phone: 240-276-5418
 
E-Mail Address
rukshani.levy@nih.gov, hilll1@nih.gov
(rukshani.levy@nih.gov, hilll1@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice: HHS-NIH-NCI-SBSS-ETSB-51000-44 This is a Small Business 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 small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) 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, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned a code of 541380 in the North American Industry Classification System (NAICS), and the size standard for such requirements is $14 M per annum. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address) as well as the eligible business concern's name, point of contact, address, and DUNS number. Support for Research on Retroviral Pathogenesis, treatment and prevention, a project within the Vaccine Branch (VB), Center for Cancer Research (CRC), National Cancer Institute (NCI) is seeking capability statements from all eligible Small Businesses as stated above. Background Historically, three sequential contracts have provided essential research support to investigators of the previous Basic Research Laboratory, now the Vaccine Branch. Initially, support was provided to the Section on Animal Models and Retroviral Vaccines (AMRV) and the Section on Immune Biology of Retroviral Infection (IBRI) within the Basic Research Laboratory (BRL). When the Vaccine Branch (VB) was created within the Center for Cancer Research (CCR) and incorporated some BRL Principal Investigators, contract support was available not only to the AMRV and IBRI sections, but also to the Molecular Immunogenetics and Vaccine Research Section. A key area of research in the VB involves retroviruses, particularly human immunodeficiency virus (HIV), the causative agent of acquired immune deficiency syndrome (AIDS), and Simian Immunodeficiency Virus (SIV), the related monkey virus which provides a model for detailed experimental investigations. Other viruses are studied as well, including Human T cell leukemia ‘lymphoma virus (HTLV-1/2) and viruses used as vaccine vectors. Vaccine approaches are a major area of research; however studies on viral pathogenesis and treatment are also on-going. Previous contracts have provided critical support to these research endeavors. Contract activities have included provision of retroviruses, purified retroviral and cellular proteins, polyclonal and monoclonal antibodies and cell culture support; and performance of assays to assess the immunological status of research subjects and the virological status of cells and tissues in vivo and in vitro. The proposed project will continue to provide research support for major research programs of the VB, and will include support activities related to development of vaccines for prevention of retroviral infection, development of treatment strategies for AIDS, and elucidation of mechanisms of retroviral pathogenesis. Three previous contracts awarded competitively and entitled "Support for Research on Retroviral Pathogenesis, Treatment and Prevention", have provided support. These included contracts N02RC91017 (1999-2004); N02RC47703 (2004-2010); and the current contract NO2RC201000003 (2010-2014). The Contractor in all cases has been Advanced BioScience Laboratories, Inc., Rockville, MD. Purpose and Objectives: The scope of this contract is to provide ongoing research support activities in areas including cell culture and virology, immunology, protein biochemistry, molecular biology, storage of biological material and delivery of specimens for the Vaccine Branch, Center for Cancer Research, of the National Cancer Institute, Bethesda, Maryland Project Requirements Organizations must be able to complete the following: Part I - Transition In : Ensure a smooth transition between the incumbent contract and the new award, if required. Transfer relevant files, records, materials, and data; use an appropriately bonded moving agent experienced in secure transfer of biological material; ensure adequate computer service and data storage is available and ensure that equipment is in place for receipt and storage of biological samples at appropriate temperatures. Part II - Core work : Accomplish the following: A. Immunological assays and regent preparation B. Viral stock preparation and virological assays C. General molecular assays and regent preparation D. Storage of biological materials E. Pickup and delivery of Biological specimens F. Transition out Part III - Optional Work : Provide and perform additional sampling of CD4, CD8 and B cell counts. Anticipated Period of Performance : It is anticipated the services will be acquired through full and open competitive procedures. It is anticipated that a cost reimbursement type contract will be awarded with base plus options of performance beginning on or about October 15, 2014. Other Important Information Mandatory Criteria: This criterion establishes conditions that must be met at the time of receipt of proposal. Companies that fail to meet these requirements will not be considered further for award. Capability Statements must clearly document your ability in the following areas: • Must have biocontainment facilities with Biosafety level (BSL) 2 with Biosafety level (BSL3) practices to conduct work with human retroviruses and non-human primate retroviruses (HIV, SIV, SHIV, HTLV-1/2), adenovirus, and poxviruses. The offeror is required to provide a certification of BSL 2 with a BSL 3 at the time of proposal submission. • Must be able to supply fresh, viable cells and biologically active purified proteins to the Government within one hour after harvest or preparation. The offeror is required to provide their address and distance from the NIH Campus located at 9000 Rockville Pike, Bethesda, MD 20892-1360 and NCI Fort Detrick Campus located at 810 Schredier Street #1, Frederick, MD 21702. The offeror must be within one hour from both NIH campus locations. Demonstrate past performance and expertise in (1) Personnel, (2) Technical Approach, (3) Facilities, and (4) Organizational Experience. Capability Statement/Information Sought: Page Limitations: Interested qualified small business organizations should submit a capability statement, not to exceed 10 total single-spaced pages using a 12-point font size at a minimum, that clearly details the ability to perform and that addresses the specific requirements described above. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Delivery Point and Common Cut-Off Date and Time: All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to Rukshani Levy, Contracting Officer at Rukshani.levy@nih.gov either in MS Word or Adobe Portable Document Format (PDF) no later than April 25, 2014 3:00PM EST. The subject line must specify HHS-NIH-NCI-SBSS-ETSB-51000-44. Facsimile responses will not be accepted. All responses must be received by the specified due date and time in order to be considered. ANY RESPONSES RECEIVED AFTER THAT DATE AND TIME WILL NOT BE CONSIDERED. 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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 responses. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N01RC51000-44/listing.html)
 
Record
SN03335906-W 20140412/140410235422-e03284fece42ae762799120092be0e16 (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.