Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOURCES SOUGHT

R -- Management, Operation, Professional, Technical and Support Services for NAIID Animal Care Facilities

Notice Date
1/10/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHAO2017067
 
Point of Contact
Patrick Wilson, Phone: 240-669-5121
 
E-Mail Address
wilsonpm@mail.nih.gov
(wilsonpm@mail.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 National Institute of Allergy and Infectious Diseases (NIAID), Division of Intramural Research (DIR) is seeking sources capable of providing a wide range of professional technical and support services to the DIR animal care program required for the proper care, use, and humane treatment of laboratory animals and to provide a wide range of technical skills required for the scientific study and manipulation of animals and animal products. Functions include: veterinary medical care, animal care, technical support, data management, cost accounting, cage and environmental sanitation, routine maintenance of animal care equipment and supplies, transportation, logistical, clerical and administrative support. Services will be provided on location at various NIAID and Government facilities. Support is to be provided to animal projects involving the full range of biomedical research and scientific disciplines and animal species which may include: mice, rats, cotton rats, hamsters, guinea pigs, gerbils, rabbits, nonhuman primates, ferrets, chickens, frogs, mastomys, swine, goats, sheep, bat, sand other vertebrates and invertebrates. All contract activities must be responsive to the NIH's research requirements and comply with AAALACi criteria for accreditation. Continuous high quality animal care shall be provided as set forth in applicable laws, regulations, guidelines, and intra-agency agreements (IAA's). Experimental animals must be maintained under carefully controlled conditions to minimize research variables and allow the accurate interpretation of laboratory results. Consequently, it is essential that animal colonies be consistently and properly maintained to avoid any situation or condition such as undue stress, disease, animal misidentification, animal escape, etc., that might adversely affect experiments. The Contractor shall maintain strict adherence to Animal Study Proposals (ASPs) and Standard Operating Procedures (SOPs) provided and/or developed in coordination with the Government. Contract support shall be provided on-site at locations that house NIAID research animals located on the NIH main campus in Bethesda, Maryland, off-campus owned/leased facilities in Rockville, MD, the NIH Animal Center (NIHAC) at Poolesville, and Rocky Mountain Laboratories in Hamilton, Montana, and other locations as directed by the Government. New NIH/NIAID installations that were not designated for service at the time of contract award shall be so served upon the request of the Contracting Officer. Such additions shall be accomplished by a modification of the contract. Independently and not as an agent of the Government, the Contractor shall furnish all of the necessary services, qualified personnel, material, disposable supplies, equipment and facilities, not otherwise provided by the Government, as needed to perform the requirements of this statement of work. Services are to include: 1.Animal care to include husbandry, health monitoring, housing, nutrition, hygiene, written and computerized record keeping in an ABSL1, ABSL2, ABSL3, and ABSL 4 research environment; 2.Cleaning, sanitation, and sterilization of the equipment, supplies and facilities as outlined in Animal Study Proposals (ASPs) and Standard Operating Procedures (SOPs); 3.Animal handling, restraint, technical laboratory animal procedures, use of specialized laboratory equipment, performance of laboratory procedures, surgery, observations, and euthanasia; 4.Veterinary medical care in accordance with applicable regulations and standards, veterinary pathology services and animal health quality surveillance; 5.Logistical support to include transportation of animals, samples, supplies, and equipment; 6.Clerical support to include assistance with cost accounting, daily animal inventory and billing procedures. Clerical support related to budget management that will include ordering, inventory management, and proposing of yearly budget that must be adhered to. 7.Participation on behalf of the NIAID program of animal care and use to include coordination of Animal Care and Use Committee (ACUC) activities; 8.Maintenance of equipment and supplies as outlined in SOPs; 9.Appropriate training, supervision, human resources support, and management oversight; 10.Implementation of new and revised SOPs as directed by the government and approved by the COR or Task Leader; 11.Preparation of reports that are requested by COR, Task Leader or Animal Program Director (APD) 12.Receipt of laboratory animals and supplies; 13.Assistance with import of laboratory animals and biological materials for use in research animals 14.Assistance with export of laboratory animals; 15.Environmental monitoring and quality assurance; 16.Environmental enrichment; 17.Collaborate with the COR or Task Leader regarding the impact on the NIAID program of animal care and use prior to and during facility design and start-up operations for renovation and construction projects; 18.Laboratory support services as directed by the Laboratory/Branch/Section Government contact; 19.Purchase equipment and supplies for the NIAID animal care facilities as necessary. It is anticipated that an award will be made in July 2017 and include one base year and four option years. Any potential contractors should respond with a capability statement submitted electronically to the Contract Specialist, Patrick Wilson, at wilsonpm@mail.nih.gov by January 25, 2017, at 8:00 am EST. Capability statements must be limited to 10 pages or less and must reference relevant work of similar scope that has been performed by the contractor and the dollar value of that work. Capability statements must also detail current in-house capability and capacity to perform the work and information regarding management staff expertise, including their availability, experience, and formal and other training. Offerors that do not include this information will not be deemed capable for the purposes of this survey. Potential offerors must indicate business size and type (e.g., 8(a), HUBZone, etc) in their capability statement. All small businesses must demonstrate that they are capable of performing 51% or more of the required services. Respondents should also include company DUNS number, organization name, and address along with the capability statement. This is a market survey, not a request for proposals. All questions must be directed, in writing, to Patrick Wilson at wilsonpm@mail.nih.gov. 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. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIHAO2017067/listing.html)
 
Place of Performance
Address: NIH Campus, Bethesda, MD. Poolesville, MD. Hamilton, MT. Other locations as directed by the Government., United States
 
Record
SN04367684-W 20170112/170110234200-5ae7aadf0a2b1c9a49b7fb3109b8d4dc (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  © 1994-2020, Loren Data Corp.