Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2023 SAM #7870
SOURCES SOUGHT

A -- Virology Core Laboratory

Notice Date
6/13/2023 10:56:27 AM
 
Notice Type
Sources Sought
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
SBSS75N93023R00017
 
Response Due
6/28/2023 12:00:00 PM
 
Archive Date
07/13/2023
 
Point of Contact
Kimberly Dormer, Phone: 3017616391, Ashley Kinderdine, Phone: 2406695154
 
E-Mail Address
kimberly.dormer@nih.gov, ashley.kinderdine@nih.gov
(kimberly.dormer@nih.gov, ashley.kinderdine@nih.gov)
 
Description
Introduction 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. Background The mission of the Division of AIDS (DAIDS), National Institute of Allergy and Infectious Diseases (NIAID) is to help ensure an end to the human immunodeficiency virus/acquired immunodeficiency syndrome (HIV/AIDS) epidemic by supporting research that can lead to the development of therapies, vaccines, and other biomedical prevention strategies.� Since the mid-1980�s animal models have played an important role in the Institute�s efforts to achieve its mission.� Animal models present the opportunity to test a variety of candidate HIV and other infectious disease vaccines.� Preclinical studies, and in particular, nonhuman primates (NHP) studies are key to evaluate the immunogenicity, efficacy, and toxicity of vaccine candidates, de-risk the product/platform in costly GMP manufacturing, and lastly, help to inform and guide Phase 1 clinical trial studies. Contracts for the Simian Vaccine Evaluation Units (SVEUs) and four centralized Core Laboratories currently evaluate the immunogenicity and efficacy of candidate AIDS vaccines in NHPs.� The SVEUs conduct the studies: acquiring and housing the animals, developing the protocols, administering the vaccine, and collecting the samples.� The Core Laboratories conduct cellular and humoral immunology, virology, and functional genomic assays to comprehensively assess the immunogenicity of the candidate vaccines and for potential identification of protective immune responses in efficacy studies.� Thus, the objective of the four Core Laboratories is to ensure standardization of the assays and to provide a common basis for comparability of results across different studies.� The Virology Core Laboratory (VCL) contract:HHSN272201800003C, is held by Duke University and is the focus of this solicitation. Purpose and Objectives The primary purpose of the VCL is to quantitatively measure viral RNA levels in preclinical samples in support of a candidate AIDS vaccine (or other intervention) being tested.� The VCL will also produce a large volume of at least 500ml, well characterized SIV, SHIV, and/or HIV viral stocks that will serve as standard reagents for the scientific community.� Assays may be performed on fresh and/or frozen preclinical samples.� All assays undergo testing for inter- and intra-assay as well as inter- and intra-operator variability.� Standard operating procedures (SOPs) are developed for all assays, laboratory processes, and equipment use and maintenance.�� Additionally, all work done by the VCL is conducted under good laboratory practice (GLP)-like standards, thereby ensuring rigor and reproducibility.� For the purposes of this contract, GLP-like standards are defined as the application of the principles of Good Laboratory Practices Regulation, codified in CFR Title 21 Part 58, but not requiring external accreditation or official Food and Drug Administration (FDA) regulatory review of the laboratory.� Project requirements The Contractor shall develop, acquire, optimize, conduct, validate and analyze (data from) assays to characterize and quantitatively determine the level of SIV, SHIV, or HIV viral RNA in samples such as plasma, mucosal tissues or secretions, lymphoid tissues, or other tissues derived from animals infected with SIV, SHIV, or HIV and in samples from in vitro virus cultures and virus stocks.� In vivo studies are anticipated to largely include NHP animal studies but may extend to small animal models, including mouse models or others, as directed by the COR.� Assays to detect viral RNA for other infectious agents may be requested. Specifically, the Contractor shall: 1) conduct validated viral assays using GLP-like processes; 2) receive, store, catalog, track, and maintain an inventory of the samples for evaluation; 3) analyze, manage, and report, and deposit assay data; 4) perform project management activities related to contract activities; 5) conduct initial and final transition activities, as needed; and 6) perform option work described below, if required. Anticipated period of performance It is anticipated that one (1) cost reimbursement, level-of-effort (term) type contract will be awarded.� The period of performance will be for one (1) year (Base Period) plus six (6) one year options (terms that may be exercised by the Government unilaterally), for a total possible performance period of 7 years, beginning on or about November 15, 2024.� The performance requirement will be the delivery of 3.0 full time equivalents (FTEs) per year for the base period (Year 1) and option periods 1-6 (Year 2 through Year 7).� Please note that the number of FTEs is exclusive of subcontractor and consultant effort.� In addition, the Government may exercise options to accommodate unanticipated increases in demand as follows: Options 7 through 13: Increased Level of Effort:� The Government may exercise options for increased level of effort that may result from unanticipated increases in demand for the activities supported by the base requirements of the contract. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by 0.5 Full Time Equivalent (FTE) for each option exercised.� These options may be exercised once per year during Years 1 through 7.� The period of performance of an Option for increased level of effort for this purpose will not exceed the term of the Base Period or Option year in which the Option is exercised.� Please note that the number of FTEs is exclusive of subcontractor and consultant effort.� Other important considerations The Contractor shall use current state-of-the-art technologies to conduct quantitative and high-throughput viral RNA assays, shall incorporate new and optimized technologies for assay development into contract activities when appropriate, and shall conduct other activities to accomplish the technical objectives of the statement of work (e.g., virus stock production).� Assays shall incorporate appropriate positive and negative controls using reference panels to define background and dynamic range, and shall demonstrate reproducibility and consistency. The Contractor shall use GLP-like processes to conduct all work.� Capability statement/information sought Capability Statements should clearly convey information regarding the respondent�s capabilities, including: (1) a summary list of similar work previously performed; (2) the professional qualifications and specific experience of staff who may be assigned to the requirement; (3) resumes for proposed key personnel, including the Principal Investigator/co-PI, which reflect education, and previous work relevant to the proposed requirement; (4) a general description of the facilities and other resources needed to perform the work; (5) corporate experience and management capability; (6) examples of prior completed Government contracts, references, and other related information; and (7) demonstrated ability to carry out the work. � Page Limitations Interested qualified small business organizations should submit a tailored Capability Statement not to exceed five pages, 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 U.S., A4 in Europe). All proprietary information should be marked as such. Required Business Information UEI. Company Name. Company Address. Company Point of Contact, Phone and Email address Current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM) located at https://sam.gov/content/home. This indication should be clearly marked on the first page of your Capability Statement (preferable placed under the eligible small business concern�s name and address). Number of Copies Please submit one (1) electric copy of your response as follows: All Capability Statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via e-mail) to Kim Dormer Contract Specialist, at kimberly.dormer@nih.gov in MS Word or Adobe Portable Document Format (PDF). The email subject line must specify 75N93023R00017. Facsimile responses will not be accepted. Common Cut-off Date Electronically submitted tailored capability statements are due no later than 3:00pm EST, June 28, 2023. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. 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 pre-solicitation synopsis and solicitation may be published at 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/613e22a283464f4bbd9a57e9fca733fa/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06714611-F 20230615/230613230118 (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.