Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2022 SAM #7625
SOURCES SOUGHT

A -- NIEHS LABORATORY ANIMAL HUSBANDRY AND TECHNICAL SUPPORT SERVICES

Notice Date
10/14/2022 8:50:12 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTE OF HEALTH NIEHS MORRISVILLE NC 27560 USA
 
ZIP Code
27560
 
Solicitation Number
75N96023R00001
 
Response Due
10/24/2022 2:00:00 PM
 
Archive Date
10/24/2022
 
Point of Contact
Henry Daniels, Phone: 9842873017
 
E-Mail Address
henry.daniels@nih.gov
(henry.daniels@nih.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Sources Sought Notice Information Solicitation: 75N96023R00001� Agency/Office: National Institutes of Health (NIH) Location: National Institute of Environmental Health Sciences (NIEHS) Title: NIEHS LABORATORY ANIMAL HUSBANDRY AND TECHNICAL SUPPORT SERVICES Description(s): This is a Sources Sought Notice only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this sources sought notice is to obtain information regarding: (1) The availability and capability of qualified sources/ availability of competition; and (2) the business size and socioeconomic status (e.g. small or large business, HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran- owned small business; woman-owned small business; woman-owned small businesses; small disadvantage businesses; or large business), relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The Government will utilize this information in determining an acquisition strategy, including whether a set-aside is possible. BACKGROUND: Recompete of competitive 8(a) set aside, HHSN273201500007I contract. PROJECT REQUIREMENTS: �A draft copy of the Statement of Work (SOW) is attached to this notice for review. The draft SOW describes the activities and requirements of the prospective contract. Interested organizations are to use�the draft SOW to prepare capability statements in response to this notice.� PURPOSE AND OBJECTIVES: The Animal Husbandry Support Contract for the National Institute of Environmental Health Sciences provides care, maintenance, and technical services for laboratory animals, seven (7) days per week, including weekends and holidays, for 72,447 square feet of laboratory animal facility space (which includes ancillary support areas outside of the main facility, including a separate facility located approximately one mile from the main facility). This contract supports the work of 40 Principal Investigators, with over 120 Animal Study Proposals, and a daily inventory of 44,000 animals, including over 500 transgenic strains. The animals must be maintained under carefully controlled conditions to allow the accurate interpretation of research results. The contractor is responsible for the care and maintenance of the animals, the perpetuation of transgenic breeding colonies, the sanitation of equipment and the general maintenance of the facilities in such a manner to maintain the highest level of Accreditation from the Association for Assessment and Accreditation of Laboratory Animal Care, International (AAALAC, Intl.) The services provided by this contract are considered mission critical. ANTICIPATED PERIOD OF PERFORMANCE: �The Government anticipates a five (5) year contract award, consisting of a one (1) year base period, plus four (4) one-year option periods. �The estimated contract award date is February 2023.� � NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: �The intended procurement will be� classified under the NAICS code 541990 - All Other Professional, Scientific and Technical Services and the�corresponding size standard is $17,000,000. ANTICIPATED CONTRACT TYPE: The anticipated contract type will be a Hybrid of a Firm Fixed Price contract with Optional Labor Hours. PERFORMANCE LOCATION: See Statement of Work. CAPABILITY STATEMENT /INFORMATION SOUGHT/ SUBMISSION INSTRUCTIONS: �If your organization has the capability to perform these contract services, please provide tailored capability statements with appropriate documentation supporting claims of organizational and staff capability to perform the project requirements outlined in the draft SOW, including information regarding prior completed projects of similar nature. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Each response should also include the following business information. DUNS Number and UEI number CAGE Code: Organization Name: Company Address: Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (e.g., small, or large)�� Socio-economic Status (e.g., 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): List of all current Government Schedule Contracts (GSA), Government-wide Acquisition Contracts (GWACs), Agency Indefinite Delivery Indefinite Quantity Contracts (IDIQ) and their contract numbers. Clear and convincing documentation of your capability and ability to provide the services specified in this notice. Examples of prior completed contracts and other related information. Please note:� Standard product brochures will not be considered a sufficient response to this sources-sought notice. Responses shall be submitted referencing 75N96023R00001 in the header via e-mail only to Henry Daniels, Contract Specialist, NIEHS, Office of Acquisitions.� Email is henry.daniels@nih.gov.� Please be advised that all submissions become Government property and will not be returned. �� TELEPHONE AND FACSIMILE RESPONSES WILL NOT BE ACCEPTED. 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). 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. Potential quoters 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 per the https://sam.gov website. �However, responses to this notice will not be considered adequate responses to a solicitation. Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within ten (10) days of this posting. �Written responses to this Sources Sought notice shall contain sufficient documentation to establish the capability to fulfill this requirement. �NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice. �Please email the Contract Specialist and/or Contracting Officer listed below your capability statement/information with the Sources Sought notice number in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/71207eb25f934278b0117f33e8c4f92c/view)
 
Place of Performance
Address: Durham, NC 27709, USA
Zip Code: 27709
Country: USA
 
Record
SN06493962-F 20221016/221014230056 (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.