SOURCES SOUGHT
A -- Development and Maintenance of a Multigenotypic Aged Rat Colony
- Notice Date
- 9/26/2022 6:37:41 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
- 75N95022R00108
- Response Due
- 10/11/2022 12:00:00 PM
- 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 2017, the National Institute on Aging (NIA) awarded a 10-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, HHSN271201700004I, stated that another 10-year contract for continuation of each project would be awarded at the start of the seventh year of that contract. This RFP is for development of a new contract that will cover the three strains of rats, F344, BN, and F344xBN F1. Purpose and Objectives: The purpose and objective 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 Government anticipates a ten (10) year Indefinite Delivery/Indefinite Quantity (IDIQ) type contract under which 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. Although several different Task Orders will be issued, the expected duration of this colony 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 National Institute on Aging (NIA). 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 periods, 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 periods to a point of near zero or very few animals at the end of year 10. 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, 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 cryopreserved embryos for two inbred strains of rats from the Government and shall re-derive the stock by 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. Rats will be entered into the aging colony at levels defined in the contract Statement of Work (SOW), currently a total of 1450 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 (68-74oF), 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 (https://grants.nih.gov/grants/olaw/guide-for-the-care-and-use-of-laboratory-animals.pdf) 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. Quarterly genetic monitoring of the breeding colonies, quarterly health monitoring of the aging colonies, and monthly environmental monitoring shall be performed and reported to the 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 rats to investigators upon authorization from the NIA, 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 provide a weekly inventory of the aging colony in a format approved by the NIA. Reports/Deliverables: 1. Post re-derivation Health and Genetic Monitoring Report � a report documenting the health status and genetic purity of the re-derived foundation stock within 120 calendar days after the birth of the re-derived litters. 2. Breeding Colony Development Report � monthly reports detailing progress in development of the breeding colonies. 3. Semi-Annual Progress Report � reports shall include any problems involving colony health, genetic monitoring, environment, or environmental control. The report shall include the results of routine genetic monitoring and all laboratory tests executed either by Contractor as a routine part of the protocol or results from tests that have direct implication for colony health or development. All deaths or sacrifices from the colony shall be accounted for by strain, gender and age of the animal sacrificed or expired. 4. Weekly Inventory Report � a report which details the number, gender, strains and ages of animals in the colony. 5. Quarterly Health Monitoring Reports � reports shall contain descriptive clinical condition of the animals, gross pathologic observations of body, tissues and organs, microbial, parasitological and serological evaluation, and histopathology of major organs and systems. 6. Quarterly Genetic Monitoring Reports � reports shall include histocompatibility antigen and/or micro-satellite testing of a sample of breeder rats of each genotype to detect genetic contamination. 7. Monthly Environmental Reports � report shall include the results of environmental swabs from each barrier using a prevalent agents panel. 8. Individual Postmortem Reports � the report shall describe primary and secondary lesions possibly attributable to cause of death.�� 9. Final Report � shall include a summation of the work performed under the entire contract period of performance. 10. Summary of Salient Results � the report shall include a summary (not to exceed 200 words) of salient results achieved during the performance of the contract. 11. Contract Closeout �� the report shall include: Indirect cost rate proposals for all years (in which a proposal was not previously submitted); Final property inventory (excluding intellectual property) and Standard Forms 1428 and 1429 (if applicable); Settling all subcontract costs and any issues thereunder; Subcontracting compliance reports for all years to the electronic subcontract reporting system at http://www.esrs.gov (if applicable); Final patent and royalty reports; A contractor�s release of claims, i.e., contractor�s closing statement; Contractor�s Assignment of Refunds, Rebates, and Credits; and A final invoice or completion voucher. Anticipated period of performance: The anticipated period of performance is a total of ten (10) years. The estimated month of award is September 2023. 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-pointor 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 are view 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://sam.gov/opp/d5698eb6ca1f45e883620af797ad6cd5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06478855-F 20220928/220926230122 (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 |