Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2021 SAM #7174
SOURCES SOUGHT

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

Notice Date
7/21/2021 2:59:05 PM
 
Notice Type
Sources Sought
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-75N95021R00051
 
Response Due
8/5/2021 12:00:00 PM
 
Archive Date
08/20/2021
 
Point of Contact
Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@nih.gov)
 
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. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. 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 2016, NIA awarded a 10-year contract for the development and maintenance of a colony of genetically defined aged mice. The Statement of Work (SOW) for that contract, HHSN271201600001I, stated that another contract for continuation of this project would be awarded at the start of the seventh year of that contract. Purpose and Objectives: �The purpose and objective of this acquisition is to develop, maintain and distribute a standing colony of aged, genetically defined laboratory mice 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 mice of NIA-specified genotypes for use by investigators in studies of aging. The expected duration of this colony, and therefore of this contract, is ten years. During years 1 through 2, 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 any time at the direction of the National Institute on Aging (NIA). During years 3 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 period, years 8-10, 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 to a point of 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��� 17,000 ������ YEAR 4�� 105,000������ YEAR 7�� 105,000������ YEAR 10�� Near Zero YEAR 2��� 68,000 ������ YEAR 5�� 105,000������ YEAR 8��� 68,000������� YEAR 3�� 105,000 ����� YEAR 6�� 105,000������ YEAR 9��� 35,000������� The Contractor shall acquire foundation stock for two inbred strains of mice from a stock center identified by NIA and shall re-derive the stock by caesarian section or embryo transfer under barrier conditions. After re-derivation, testing to confirm genetic purity and SPF health status shall be performed on the foundation colony, and breeding colonies will be established for the two inbred strains and one derivative hybrid strain. Mice shall be entered into the aging colony at levels defined in the SOW, currently a total of 8,500 mice per month, with one inbred strain accounting for approximately 93%, the other 6% and the hybrid strain 1% of the total entry levels. The Contractor shall provide all production space needed for the colony, including at least two independent barriers to house the colony, with independent back-up and alarm systems. Since this is an aging colony, the contractor must be prepared to house the animals for up to 2-3 years each. Mice shall be provided with sterilized food (formulation consistent with NIH31 open formula) and bedding, and environmental conditions (temperature, humidity range, light cycle, water treatment, etc.) as defined in the SOW. Mice shall be monitored weekly for signs of fighting or morbidity. Quarterly genetic monitoring of the breeding colonies and quarterly health monitoring of the aging colonies shall be performed and reported to NIA 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 mice to investigators upon authorization from NIA, providing secure shipping crates, food and water sources, and climate-controlled transport. The Contractor shall weekly provide an inventory of the aging colony in a format approved by NIA. Anticipated period of performance: �The anticipated period of performance is a total of ten (10) years. The estimated month of award is September 2022. Other important considerations: �The Government is expected to use procedures in FAR Part 15, Contracting by Negotiation. Capability statement /information sought:� Small business concerns that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include (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 similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their 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 any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically to Fred Ettehadieh, Contracting Officer, by email at fred.ettehadieh@nih.gov before the closing date and time of this notice. All responses must be received by the specified due date and time in order to be considered. Facsimile responses are not acceptable. �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 SAM.gov. 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).�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1639bc83aa1247ac934be7cd3ddfc99a/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN06069378-F 20210723/210721230133 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.