Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOLICITATION NOTICE

A -- Development and Maintenance of a Multigenotypic Aged Rat Colony

Notice Date
9/3/2015
 
Notice Type
Presolicitation
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHS-NIH-NIDA(AG)-SBSS-15-007
 
Archive Date
10/3/2015
 
Point of Contact
Jon J. Gottschalk, Phone: 301-443-9456, Yvette Brown, Phone: 301-443-2696
 
E-Mail Address
jon.gottschalk@nih.gov, Yvette.Brown@nih.gov
(jon.gottschalk@nih.gov, Yvette.Brown@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The anticipated period of performance will be for ten (10) years from on/about August 26, 2016 through August 25, 2026. BACKGROUND Current and projected experiments using rodents to model the aging processes and age-related diseases in humans require animals of defined genotype and controlled environmental and health status. Only with the meticulous, long-term control of genetic and environmental variables is it possible to maintain relevant animal models that may be used to study many of the biological and behavioral processes in aging. Therefore, a continuous supply of genetically defined, well characterized inbred and hybrid laboratory animals is essential for a program of research on aging. In 2011, the National Institute on Aging (NIA) awarded a 9-year contract for the development and maintenance of a colony of aged F344, Brown Norway (BN) and F344xBN F1 hybrid rats. The Statement of Work for that Contract, HHSN271201100002I, stated that another 9-year contract for continuation of each project would be awarded at the start of the seventh year of that contract. This acquisition is for development of a new contract that will cover the three (3) strains of rats, F344, BN, and F344xBN F1. PURPOSE AND OBJECTIVES The purpose of this acquisition is to develop, maintain and distribute a standing colony of aged, genetically defined laboratory rats for use by investigators in studies of aging. This colony is to be developed and maintained within controlled and defined barrier environments where animals are monitored and characterized for disease status and markers of genetic purity. PROJECT REQUIREMENTS The Contractor shall develop, maintain and distribute a standing colony of aged rats of NIA-specified genotypes for use by investigators in studies of aging. The expected duration of this colony, and therefore of this requirement, is ten years. During years 1 through 3, animals shall be entered into the colony, but few animals shall be removed from the colony except for the purposes of monitoring health and genetic purity. However, if the need should arise, animals may be distributed from the colony at anytime at the direction of the Contracting Officer's Representative (COR). During years 4 through 7, animals shall continue to be entered into the colony and animals shall be distributed to investigators. This should be a period of stable operation with young animals entering the colony at approximately the same rate as older animals leave the colony due to distribution and normal attrition. The final three year period, years 8 through 10, will serve as the colony close-out period. Animals shall be maintained and disbursed, but entry of animals shall cease at the beginning of year 8 or when entries begin in a renewal contract colony. Thus, the population in this contract colony will decline over the last three year period to a point of near zero or very few animals at the end of year ten. The colony population at the end of each year of the ten year period should be approximately as follows: YEAR 1 4,000 YEAR 4 38,000 YEAR 7 38,000 YEAR 10 Near 0 YEAR 2 21,000 YEAR 5 38,000 YEAR 8 22,000 YEAR 3 32,000 YEAR 6 38,000 YEAR 9 6,000 This animal colony shall be divided into at least two (2), approximately equal, separate segments. Each segment shall be maintained behind a totally independent barrier, specific pathogen- and parasite free, for the entire contract period. Both segments shall specifically be helicobacter-negative. The purpose of colony division is to insure the survival of at least one half of the colony in the event of pathologic breach of a barrier, mechanical failure of environmental maintenance systems, or accidental disaster such as fire, or flood. Total independence of colony segments therefore, means separation of buildings, power systems and back-up systems, environmental controls (heat, air conditioning, and air filtration) and breeding stock. Each barrier shall have an independent back-up generator and alarm system in case of loss of power. The Contractor shall acquire foundation stock for two (2) inbred strains of rats from a stock center identified by the Contracting Officer's Representative (COR) and shall re-derive the stock by caesarian section or embryo transfer under barrier conditions. After re-derivation, testing to confirm genetic purity and Specific Pathogen-Free (SPF) health status shall be performed on the foundation colony, and breeding colonies will be established for the two (2) inbred strains and one (1) derivative hybrid strain. Rats will be entered into the aging colony at levels defined in the contract Statement of Work (SOW), currently a total of 1440 rats per month (the hybrid strain account for approximately 35% of the total entry levels). The Contractor shall provide discrete production space for each colony segment within the barrier or isolation area for that segment. This space shall be defined within each unit, and the animals held therein until the scheduled removal or expiration of the animals. Facilities set aside for these colonies shall be provided with all equipment, materials, and supplies necessary to maintain these animals effectively within the barrier enclosure in a stable condition and environment. Since this is an aging colony, the Contractor must be prepared to house the animals for up to 2-3 years. Rats shall be provided with sterilized laboratory animal feed, the formulation of which is consistent with NIH31 (Rader et al., 1986, J. Nutrition 116:1777-88) diet with regard to ingredients, both in kind and amount. The following items shall be controlled within the ranges specified: temperature (72-79oF), humidity (40-70%), light cycles (12/12 hours), air circulation (0.25m/hr/animal) and filtration (HEPA), and water chlorination and acidification (water shall be chlorinated and the pH controlled so as to not exceed pH 7.3 and 7-8 PPM chlorination at discharge end). A maximum of 25% re-circulated air within the barrier is allowed. Current ILAR (http://www.nap.edu/books/0309053773/html/index.html) and Department of Health and Human Services (DHHS) guidelines (http://grants.nih.gov/grants/olaw/references/phspol.htm) for breeding, care and maintenance of laboratory rats shall apply where specifications have not been detailed. Rats shall be monitored weekly for signs of fighting or morbidity. Semi-annual genetic monitoring of the breeding colonies and quarterly health monitoring of the aging colonies shall be performed and reported to the COR as well as be included in the semi-annual progress reports. Genetic monitoring shall be accomplished by a panel of microsatellite markers that distinguish the inbred strains. Health monitoring shall include external exams for parasites, microbiology, serology, and histology. The Contractor shall ship the rats to investigators upon authorization from the COR, providing secure shipping crates, food and water sources, and climate-controlled transport. Shipment via dedicated, climate-controlled truck is the preferred method. The Contractor shall weekly provide an inventory of the aging colony in a format approved by the COR. REPORTS/DELIVERABLES The following reports will be required: (1) Post re-derivation Health and Genetic Monitoring Report; (2) Monthly Breeding Colony Development Report; (3) Semi-Annual Progress Report; (4) Weekly Inventory Report; (5) Quarterly Health Monitoring Reports; (6) Genetic Monitoring Reports; (7) Individual Postmortem Reports; and a (8) Final Report. OTHER IMPORTANT CONSIDERATIONS The Government is expected to use procedures in FAR Part 15, contracting by Negotiations. The North American Industry Classification System (NAICS) Code 112990 with a size standard of $0.75 million is being contemplated. CAPABILITY STATEMENT/INFORMATION SOUGHT NIA is interested in soliciting capability statements from all qualified Offerors demonstrating their ability to perform this effort. At a minimum, respondents to this notice must provide, as part of their response, a capability statement to include the following: (1) information regarding the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of a similar nature; (d) corporate experience and management capability; and, (e) examples of prior completed Government contracts, references, and other related information; (2) respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code; and, (3) any other information that may be helpful in developing or finalizing the acquisition requirement. INFORMATION SUBMISSION INSTRUCTIONS: Respondents should provide responses accordingly: (1) submit information both electronically and by mail. No telephone or facsimile responses will be accepted; (2) format capability statements using Microsoft Word or Adobe PDF including attachments, resumes, charts, etc. Use single space, 12 font minimum and 8 ½ x 11 size paper; (3) organize material in such a manner that clearly identifies and address capability requirements and provide an executive summary; (4) capability statement should not exceed ten (10) single sided pages including references; (5) respondents must send two (2) original copies via mail and one (1) electronic copy via email; (6) responses should be received no later than September 18, 2015 at 3:00 PM Local Time; (7) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses; and (8) send responses to this notice via email to jon.gottschalk@nih.gov. The original statements mailed using the U.S. Postal Service should be sent to ATTN: Jon Gottschalk, Contract Specialist, National Institutes of Health, Office of Acquisitions - NIDA Neuroscience COAC, NIA R&D Contracts Management Section, 6001 Executive Boulevard, Room 8154, MSC 9661, Bethesda, MD 20892-9661. If using a courier service such as the UPS, Federal Express, etc., change the City, State and Zip Code to Rockville, MD 20852. (Please be aware that the U.S. Postal Service's "Express Mail" DOES NOT deliver to the Rockville, Maryland address.) 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 response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Contracting Office Address: NIMH/NIA R&D Contracts Management Branch 6001 Executive Blvd, Rm 8154, MSC 9661 Bethesda, Maryland 20892-9661 Primary Point of Contact: Jon Gottschalk Contract Specialist Jon.gottschalk@nih.gov Phone: (301) 443-9456
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA(AG)-SBSS-15-007/listing.html)
 
Record
SN03870676-W 20150905/150904000104-b568aec28d4a6b62d98b7905c09c4507 (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.