Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
MODIFICATION

A -- Chemistry Support Services for the Environmental Toxicology Program

Notice Date
2/15/2005
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Research Contracts Branch, DERT P.O. Box 12874, 79 T.W. Alexander Dr, Bldg 4401, RTP, NC, 27709
 
ZIP Code
27709
 
Solicitation Number
NIH-ES-05-03
 
Response Due
3/9/2005
 
Archive Date
3/24/2005
 
Point of Contact
Melissa Gentry, Contract Specialist, Phone 919-316-4625, Fax 919-558-7044, - Don Gula, Supervisory Contracting Officer, Phone 919-541-0423, Fax 919-541-0423,
 
E-Mail Address
gentry1@niehs.nih.gov, gula@niehs.nih.gov
 
Description
Amendment 1, dated 1/26/2005, changed the Solicitation by deleting Article H.10., Information Technology Systems Security Specifications in Section H - Special Contract Requirements, corrected the numbering in subparagraphs e. and m. in Section L. -Instructions, Conditions and Notices to Offerors, 1. General Information, and deleted item (5) Information Technology Systems Security in Section L - Instructions , Conditions and Notices to Offerors, b. Technical Proposals. Amendment 2, dated 1/28/2005, corrected the Level of Effort for Option 2 and 4 in Section L - Instructions, Conditions and Notices to Offerors,1. General Information, subparagraph e. Personnel Requirements and Level of Effort; and (2) deleted Alternate I (October 1997) in Section L - Instructions, Conditions and Notices to Offerors, 2. Instructions to Offerors, subparagraph c. Business Proposal Instructions (4)Reqiirements for Cost or Pricing Data or Invormation Other than Cost or Pricing Data. The National Institute of Environmental Health Sciences is soliciting proposals for the Environmental Toxicology Program (ETP) and the Division of Intramural Research (DIR) chemistry support services to ensure that animal species under study are exposed to the prescribed materials at the specified dose concentrations. Chemistry support services include test article procurement and characterization, formulation preparation, formulation concentration verification and internal dose determination. Up to three contract awards will be made with only one award permitted per Contractor. These contracts shall provide the chemistry services for Two-Year Bioassay, Short-Term Bioassay, Short-Term Toxicology, Developmental Toxicology, Reproductive Assessment by Continuous Breeding, Immunology, Differential Gene Expression and High Throughput Toxicology. Each contract shall include four options that may be exercised on an annual basis. Option 1 will provide for bulk chemical procurement support. Option 2 will provide chemistry support for the AIDS program. Option 3 will provide additional broad chemical support. Option 4 will provide support for High Throughput Screening. It is anticipated that all four options may be exercised during a given year. It is further anticipated that exercising an option or options will result in an increase in the number and types of assignments to be performed with no increase in the period of performance of the contract. Each contract; Base and Options shall include the conduct of up to 29 distinct assignments: Bulk Chemical Comprehensive, BCCA; Base, 28; Option 2, 4; Option 3, 7; Option 4, 2 Bulk Chemical Handling, BCH; Base, 27; Option 2, 4; Option 3, 7; Option 4, 20 Bulk Chemical Inhalation Analysis, BCIA; Base, 3; Option 3, 1 Bulk Chemical Limited Analysis, BCLA; Base, 6; Option 2, 4; Option 3, 2; Option 4, 2 Bulk Chemical Procurement, BCP; Base, 106, Option 1, 50; Option 2, 10; Option 3, 25; Option 4, 380 Bulk Chemical Reanalysis, BCR; Base, 18; Option 2, 8; Option 3, 5 Bulk Protocols Report, BPR; Base, 15; Option 1, 0, Option 2, 4; Option 3, 4 Biological Sample Analysis, BSA; Base, 41; Option 2, 6; Option 3, 10; Option 4, 9 Biological Sample Method Development, BSMD; Base, 10; Option 2, 6; Option 3, 3; Option 4, 9 Chemical Storage, CS; Base, 31; Option 2, 4; Option 3, 8; Option 4, 85 Dose Formulation Developmental, DFD; Base, 24; Option 2, 4; Option 3, 6 Dose Vehicle Analysis; DVA; Base, 38; Option 2, 6; Option 3, 10 Extended Stability, EXS; Base, 7; Option 2, 2; Option 3, 2 Formulation Analysis, FA; Base, 36; Option 2, 10; Option 3, 9 Formulation Preparation, FP; Base, 18; Option 2, 10; Option 3, 5 Formulation Preparation and Analysis; FPA; Base, 27; Option 2, 5; Option 3, 7 Hazardous Chemical Disposal, HAZ; Base 1; Option 3, 1 Referee Analysis, RA; Base, 3; Option 2, 1; Option 3, 1 Preliminary Biological Sample Analysis, PBSA; Base, 11; Option 2, 4; Option 3, 3 Preliminary Chemical Studies, PCS; Base, 16; Option 2, 3; Option 3, 4; Option 4, 10 Preliminary Toxicokinetic Study, PTKS; Base, 2; Option 2, 2; Option 3, 1 Shipment, SHIP; Base, 151; Option 1, 50; Option 2, 20; Option 3, 38; Option 4, 380 Special, SPEC; Base, 56; Option 2, 5; Option 3, 14 Toxicokinetic Study, TKS; Base, 2; Option 2, 2; Option 3, 1 Partition Coefficient Determination, PCD; Base, 3; Option 2, 1 Biochemical Marker Determination, BCM; Base, 3; Option 2, 1 Low Level Impurity Determination, LLID; Base, 6; Option 2, 1 Special Inhalation Study, SIS; Base, 1 Chemical Identity and Purity Screen, CIPS; Base, 30; Option 4, 380 The anticipated effective date for the subsequent awards is September 30, 2005. The performance period for each contract is expected to be five (5) years. For estimating purposes the Government anticipates an approximate level-of-effort of 46,800 direct labor hours per year for each contract to perform the base contract; 1,664 direct labor hours per year for each contract to perform Option 1; 11,024 direct labor hours per year for each contract to perform Option 2; 13,832 direct labor hours per year for each contract to perform Option 3; and 22,901 direct labor hours per year for each contract to perform Option 4. The Government anticipates the participation of a senior research professional (i.e. Project Leader, Principal Investigator), Research professionals (i.e. Group Leader, Project Engineer, or Task Leader), professionals (i.e. Analyst, Engineer, or Scientist), technical staff and support staff (i.e. secretary, data coordinator). The expected release date of the RFP is January 14, 2005 with proposals due March 9, 2005. Any organization interested in responding to this RFP must request the RFP by telephone (919) 316 -4625, by FAX request (301) 451-5594, or by email gentry1@niehs.nih.gov. On the release date, a copy of the solicitation will be available on the Internet at: http://www.niehs.nih.gov/dert/rcb/rfp.htm. Those individuals who wish to access the on-line version should follow the instructions provided in the on-line solicitation package. The requirement is unrestricted. NAICS Code 541710.
 
Record
SN00751144-W 20050217/050215211724 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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