COMMERCE BUSINESS DAILY ISSUE OF MARCH 5, 2001 PSA #2800
SOLICITATIONS
R -- ANIMAL CARE SERVICES IN BUILDING 10A, NIH CAMPUS, BETHESDA
- Notice Date
- March 1, 2001
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-OR-P-01-722
- Response Due
- March 16, 2001
- Point of Contact
- Zetherine Gore, Contract Specialist, Phone (301) 435-0366, Fax (301) 480-3345, Email zg8g@nih.gov -- Debra Hawkins, Chief, Procurement Section, Phone (301) 435-0366, Fax (301) 480-3345, Email dh41g@nih.gov
- E-Mail Address
- Zetherine Gore (zg8g@nih.gov)
- Description
- R -- ANIMAL CARE SERVICES IN BUILDING 10A, NIH CAMPUS, BETHESDA MARYLAND; Solicitation Number NHLBI-OR-P-01-722. The National Institutes of Health (NIH) is conducting a market survey to determine the availability and potential technical capability of small businesses to provide support to the Office of Research Services (ORS), Veterinary Resources Program (VRP). The intended procurement will be classified under North American Industry Classification System code 561210, Facilities Support Management Services, with a size standard of $5M. The purpose of the requirement is to establish and maintain a comprehensive program to 1) provide husbandry and animal centralized care for research rodents and rabbits in Building 10A to researchers. The entire facility and animal care program will be inspected and evaluated at least twice each year by the ORS Animal Care and Use Committee in compliance with federal regulations and guidelines. As part of the VRP, these facilities are accredited by the Association for the Assessment and Accreditation of Laboratory Animal Care International. The objective of the requirement is to provide prompt, efficient animal care and related service for laboratory animals and researchers. All performance shall be focused on a service-oriented approach. All applicable animal facility and laboratory animal regulations, guidelines and standards must be met or exceeded. The contractor shall provide services that support animal studies, including those, which may involve the use of radioisotopes, irradiated animals, microbiological agents, toxins, carcinogens, and possibly other hazardous agents. The contractor will be required to furnish all the necessary on-site management and personnel for the performance of the duties associated with animal husbandry and related support services. The contractor shall perform all functions and associated logistical support required for requesting animals, supplies, and equipment and maintaining a computerized database for animal care services. The services shall include: 1) routine animal care, housing, nutrition, hygiene and written and computerized record keeping; 2) sanitation and cleaning of the equipment as outlined in Standard Operating Procedures 3) animal handling, restraint, technical laboratory animal procedures and animal health surveillance; 4) logistics and procurement support; and 5) maintenance of equipment as outlined in Standard Operating Procedures. Continuous high quality animal care shall be provided as set forth in the federal, state, and local regulations and guidelines. The experimental animals must be maintained under carefully controlled conditions to allow the accurate interpretation of laboratory results. The animal colony must be properly maintained to avoid any situation or condition such as disease, animal identification problems, escaped animal, etc. that might adversely affect experiments. The contractor shall be required to maintain strict adherence to Standard Operating Procedures (SOPs) for Laboratory Animal Care, as well as new regulations as they are developed or as requirements change. The contractor shall provide service 7 days a week, 365 days a year to include weekends and Government holidays. The following ten (10) job categories are representative of the types of personnel needed to perform the requirements of the contract: 1) Project Manager who shall be certified by the American Association for Laboratory Animal Sciences (AALAS) as a Laboratory Animal Technologist (LATG) with at least 6 years of experience in animal facility, two of which shall have been in a supervisory capacity, and shall posses a B.S. Degree in animal science or equivalent; 2) Administrative/Data Management Staff who must possess an Associate Degree in business and computer science; 3) Floor Supervisor who must be certified at the AALAS Laboratory Animal Technician (LAT) level or higher and have 4 years experience in a laboratory animal facility, with at least 2 years in a supervisory position; 4) Veterinary Technicians who must have LATG certification or certification as a licensed veterinary technician; 5) Cagewash Foreman who must be certified at the LAT Technician level or higher and have 4 years cagewash experience in a cagewash with 2 of those years being in a supervisory capacity; 6) Environmental Technician who must be certified at the LAT technician level or higher with 3 years experience in an animal facility; 7) Animal Caretaker who shall have AALAS Assistant LAT certification and 1 year experience in a laboratory animal facility; 8) Cagewash Attendants must be certified as AALAS Assistant LAT within 1 year; 9) Receiving Technician; and 10) Research Assistants. The estimated level of effort, which includes all job categories is 181,071 hours each year. The Government will reserve the right to increase or decrease the level of effort as necessary during the contract period of performance. Firms responding to this market survey should keep in mind that pertinent information is requested. To be considered as a viable source, firms must provide information and evidence which clearly reflects their organizational experience in providing laboratory animal support services. It is required that the contractor possess a minimum of 5 years of organizational experience in providing laboratory animal support services of a similar magnitude. If significant subcontracting or teaming efforts are anticipated in order to deliver the technical capability, firms should address the administrative and management structure of such arrangements to demonstrate that small business prime contractors can maintain full-time labor, technical, and management control of the project. The Government anticipates that there will be one performance based service contract awarded for this requirement. Firms must provide information which states the business size, annual receipts (average gross revenue) for the last three (3) fiscal years, and whether or not the firm has been approved as a small business by the SBA under the applicable NAICS code. Capable firms should provide three (3) copies of a capability statement to the above noted address within fifteen (15) days from the date of this notice.
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=NHLBI-OR-P-01-722&L=2972)
- Record
- Loren Data Corp. 20010305/RSOL006.HTM (D-060 SN50F042)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on March 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|