Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2017 FBO #5851
SOURCES SOUGHT

A -- NIAID Virology Quality Assurance

Notice Date
11/28/2017
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy and Infectious Diseases, Office of Acquisitions, 5601 Fishers Lane, 3rd Floor, MSC 9821, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIAIDAI-SBSS-17-103
 
Archive Date
12/27/2017
 
Point of Contact
Rosemary Gomes, Phone: 240-669-5374, Michelle L Scala, Phone: 240-669-5156
 
E-Mail Address
Rosemary.Gomes@nih.gov, mscala@niaid.nih.gov
(Rosemary.Gomes@nih.gov, mscala@niaid.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; women-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. Purpose and Objectives: The purpose of the NIAID Virology Quality Assurance (VQA) program is to provide a comprehensive quality assessment program for virologic assays for HIV, and other viral pathogens, performed on samples from subjects enrolled in NIAID-sponsored multisite clinical studies. The VQA program ensures the validity and inter- and intra-laboratory comparability of virologic laboratory data obtained from NIAID-supported clinical trials and HIV natural history studies by providing laboratories with proficiency testing panels and real-time assay run controls, and analyzing proficiency panel and assay run data from each laboratory. The VQA program also implements standards of performance for existing and state-of-the-art new virologic assays, develops and tests biostatistical methods relating to the assays, and acquires, tests, stores and dispenses quality control materials and reagents. Thus, the VQA program is critical to the scientific integrity of on-going and future studies concerning HIV diagnosis, disease progression, assessment of treatments, vaccine efficacy and other preventive measures. The VQA has been in operation since 1988 and has developed and standardized quality control procedures for approximately 25 virologic assays used in NIAID-sponsored clinical trials. The current contract is held by Rush University Medical Center, Chicago, Illinois, under contract number HHSN272201200023C. The period of performance of the current contract is September 21, 2012 through September 20, 2019. Project Requirements: The Division of AIDS (DAIDS), of the National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH), is seeking capability statements from qualified organizations to provide a comprehensive quality assessment program for virologic assays for HIV, and other viral pathogens. The Contractor shall: 1) implement standards of performance for existing and newly developed virologic assays for HIV and HIV related pathogens (including HCV, HBV, CMV, HSV, HPV, and KSHV) to assess the ability of laboratories performing virologic testing for NIAID-sponsored clinical trials (Labs) to successfully perform the assays; 2) conduct studies on the evaluation, standardization and application of new and existing virologic and biostatistical methodologies for HIV and other viral coinfections; 3) acquire, characterize, store, document and disburse quality control materials and reagents required for this program, including biohazardous materials and infectious agents; and 4) maintain software systems and electronic document library that support this program; 5) obtain ISO/IEC 17043 certification for Proficiency Testing Providers within one year of the contract and maintain the certification throughout the life of the contract (see http://www.a2la.org); and 6) provide initial and final transition of the contract. The Contractor shall serve laboratories associated with current and future NIAID-sponsored clinical trial networks and collaborating study groups. Currently, the contract serves approximately 110 laboratories, with 55 international laboratories in 22 countries. The Government anticipates a potential need to increase the level of effort by exercising Options for the following additional support: 1) to expand the number of laboratories serviced by the Program during the period of the contract; 2) for similar services that address viral disease agents other than HIV and HIV related pathogens; and 3) to add a CLIA certified lab for late stage validation of assays for clinical testing. Anticipated Period of Performance: It is anticipated that one cost reimbursement, term/level of effort, type contact will be awarded. The period of performance will be for one year (Base Period) plus six (6) one-year options to extend the term of the contract that may be exercised by the Government unilaterally, for a total possible period of performance of seven (7) years, beginning approximately June 21, 2019. The requirement will be the delivery of 9.80 full time equivalents (FTEs) per year, including consultant and subcontractor effort, for the Base Period (Year 1) and 9.80 FTEs per year, including consultant and subcontractor effort, for Options 1-6 (Years 2-7). In addition, the Government may exercise options for an increased level of effort that may result from unanticipated increases in demand for the activities supported by the base requirements of this contract. Options for increased services may include: Options for Increased Level of Effort for Additional Labs: During the period of the contract it may be necessary to incorporate additional Labs to support new NIAID supported clinical trials. Such an increase would require an increase in the Contractor's activities to be activated, at the discretion of the Government, as an option. Each option of this type will implement work commensurate with the addition of 5 Labs. These options may be exercised during Years 2 through 7. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by 0.20 FTE during the first year, including consultant and subcontractor effort. If the options for these Laboratories are exercised in any year after the first year, 0.10 FTE per year, including consultant and subcontractor effort, will be needed in subsequent years. The period of performance of an Option for increased level of effort for this purpose will not exceed the term of the Option year in which the Option is exercised. Options for Increased Level of Effort for Additional Expertise: During the period of the contract it may be necessary to develop a quality assessment program for assays associated with viral disease agents other than HIV and HIV-related pathogens that were not anticipated at the time of contract award, and that would directly support high priority NIAID research programs. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by 3.65 FTE, including consultant and subcontractor effort, for each option exercised. One option may be exercised per year in years 2 through 7. The period of performance of an Option for increased level of effort for this purpose will not exceed the term of Option year in which the Option is exercised. Options for Increased Level of Effort for the Addition of CLIA Certified Labs: During the period of the contract, it may become necessary to use new and novel virologic assays in clinical trials where results will be used for clinical decisions within the trial. This will necessitate the use of a CLIA certified laboratory for late stage validation of the assay and for clinical testing. If necessary, this will be provided through the exercise of options to this contract. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by 1.0 FTE, including consultant and subcontractor effort, for each option exercised. One option may be exercised per year in years 2 through 7. The period of performance of an Option for increased level of effort for this purpose will not exceed the term of Option year in which the Option is exercised. Capability Statement/Information Sought: Interested small business organizations should submit a capability statement that demonstrates and documents the following: The program will require the ability to obtain quality control materials to be used in proficiency panels and assay run controls. This will require the ability to grow HIV in cell culture and will also require access to domestic and international populations of HIV-infected and -uninfected individuals for donation of blood and other clinical specimens to be processed for use as quality control materials in validation and proficiency panels and in panels used for the evaluation of new and existing virologic assays. The Contractor must have the ability to provide multiple domestic and international laboratories with validation and proficiency testing panels and reagents and controls, and must be able to retrieve and analyze data from all laboratories. This program will require experience in the areas of HIV virology, HIV-associated viral co-pathogens, medical technology/pathology, statistical modeling, data management, quality assurance, and safety and ethics regulations. The prospective contractor must have a Principal Investigator and staff with the experience and expertise to carry out a project of this size and complexity, must understand cultural sensitivity issues relevant to resource-constrained countries, and must have the flexibility to address emerging needs and expansion. The Contractor must obtain ISO/IEC 17043 certification for Proficiency Testing Providers within one year of the contract and maintain the certification throughout the life of the contract. Capability statements submitted in response to this announcement should demonstrate the offerors' qualifications and experience, specifically providing evidence as to their capability to perform this requirement, with particular attention to the following: Acquisition of quality control materials: Interested parties must demonstrate the ability to acquire quality control materials and process them for shipping to domestic and international laboratories as validation and proficiency panels and assay controls. This must include the ability to acquire specimens from HIV-infected and -uninfected human subjects both domestically and internationally. Provision of test panels to laboratories: Interested parties must demonstrate the ability to provide multiple domestic and international laboratories with validation and proficiency panels and must demonstrate the ability to retrieve and analyze data from multiple laboratories. Personnel/Management: Interested parties must demonstrate adequacy, appropriateness and relevance of expertise, experience, qualifications, and availability of the key professional and technical staff with a project of similar size, scope, and complexity. Past Performance: Past performance is considered essential. In addition to demonstrating that they have met the above qualifications, interested parties must identify at least three other projects of similar size and complexity. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement (five-page limitation, excluding resumes). Capability statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Font size must be 10 to 12 points. Spacing must be no more than 15 characters per inch. Within a vertical inch, there must be no more than six lines of text. Print margins must be at least one-inch on each edge of the paper. Print setup should be single-sided on standard letter size paper (8.5 x 11" in the US., A4 in Europe). All proprietary information should be marked as such. Required Business Information: Each response should include the following Business Information: a. DUNS b. Company Name c. Company Address d. Company Points of Contact, Phone and Email address e. Current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) 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 located at https://www.sam.gov/index.html/#1. 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). Number of copies: All Capability Statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via e-mail) to Rosemary Gomes, Contract Specialist, at Rosemary.Gomes@nih.gov in MS Word or Adobe Portable Document Format (PDF). The e-mail subject line must specify HHS-NIH-NIAID-SBSS-17-103. Facsimile responses will not be accepted. Common Cut-off Date: Electronically submitted Capability Statements are due no later than 3:00 p.m., EST., December 12, 2017. Capability Statements will not be accepted after the due date. Capability Statements will not be returned. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/HHS-NIH-NIAIDAI-SBSS-17-103/listing.html)
 
Record
SN04750656-W 20171130/171128231602-761b8eb43949f50a279c6f3ed4dd8663 (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.