Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

L -- INFECTIOUS DISEASE ADVISOR

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-NOI-RML-5018
 
Response Due
6/9/2005
 
Archive Date
6/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis for a service contract with Infectious Disease Specialists, PC in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. The primary focus of this requirement is the continuing development and evaluation of detailed plans to minimize damage and illness that could result from human exposure to various bacteria and viruses studied at NIH, and the emergency management and follow-up care of any infections or acquired diseases resulting from these exposures. The solicitation number is issued as a Notice of Intent NOI-RML-5018. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 dated April 11, 2005. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Total Small Business Set-Aside. The Northern American Industry Classification System (NAICS) code for the procurement is 541690 and the small business size is $6.0. NIAID/Rocky Mountain Laboratories has a requirement for an Infectious Disease Advisor. Research performed currently at the Rocky Mountain Laboratories (RML) focuses on viruses and bacteria that have the potential to cause serious or fatal disease in humans. Some of the proposed agents to be studied at RML will require Bio-Safety Level 4 (BSL-4) containment. Work in other buildings on the RML campus involves additional infectious agents that require BSL-2 and BSL-3 containment. The requirements of this order are: A) Knowledge Development Requirements i)Review and monitor the development of Standard Operating Procedures (SOPs) for accidental exposures at other BSL-3 and BSL-4 facilities. ii) Monitor development of written agreements between the above-mentioned facilities (see 1.a.i) and emergency providers for the surveillance, emergency and follow-up care of individuals exposed to viral or bacterial agents. iii) Develop a through knowledge of the structural and functional details of the new BSL-4 laboratory in the IRF currently under construction at RML. B) Protocol Development Requirements i) Assist in refining RML?s Exposure Response Plans for the BLS-3 and BSL-4 laboratories. ii) Draft, propose and negotiate memoranda of understanding (MOU) with local emergency services and hospitals outlining RML?s expectations in regard to the transportation, acceptance, admittance, and short- and long-term care of patients with laboratory acquired exposures, infections or diseases. iii) Collaborate with National Institutes of Health (NIH) / RML staff in the development of various training requirements, protocols, work processes and SOP?s. iv) Develop educational information regarding agents being studied at RML in BLS-2 and BSL-3 laboratories, and proposed for study in the BSL-4 laboratory. v) Reevaluate and update RML MOU?s and SOP?s. C) Other Requirements i) Serve as a subject matter expert, providing advice and guidance on a variety of issues related to laboratory acquired infections and infection control practices. ii) Collaborate with RML Safety and Biosafety staff; staff on the NIH Bethesda, Maryland campus; primary care and referral physicians in Hamilton and Missoula, Montana, and hospital staff and administrators at local and regional hospitals. iii) Attend various RML committee or staff meetings. iv) Participate as medical advisor and/or attending physician in emergency management, short-term care, and follow-up of any laboratory acquired infection ad needed. Shall be available by telephone 24/7 to respond to accidental exposures, respond on site to accidental exposures in this capacity within two (2) hours when requested. v) Serve as the interface between RML personnel and the Montana State Department of Health and other Public Health Officers of either the State of Montana or Ravalli/Missoula Counties. vi) Serve as a subject matter expert to interface with the general public, news media, etc. regarding agents being studied or infection control issues that may arise at RML. D) Attend and participate in conferences and/or symposia associated with the scope of work described herein. E) Deliverables: Written monthly progress reports detailing a summary of activities provided to the project officer within 10 days after the end of each calendar month. Qualifications: The offeror must provide proof of current certification as an Infectious Disease Specialist by the Montana Board of Medical Examiners and have at least 10 years of experience in the field of infectious disease control. The offeror must be located within daily commute of RML or be willing to relocate at the expense of the contractor in order to meet this requirement. The successful offeror will have a thorough knowledge of current agreements for surveillance, emergency care and follow-up care of individuals exposed to viral or bacterial agents that other government and civilian BSL-4 facilities have with emergency providers, e.g. CDC, NIH, USAMRID, Winnipeg, Canada, University of Texas Medical Branch, Galveston (UTMB-G). Areas of particular interest to RML within the scope of these agreements include but are not limited to: specific medical conditions cited, response protocol to specific and general medical conditions, emergency transport protocol, scope or depth of the agreement with participating local physicians, scope or depth of agreement with participating local hospitals and referral hospitals. Specific medical condition(s) for consideration should include viral hemorrhagic fevers at a minimum. All other conditions found in these agreements that are known to commonly result from exposure to the potential viral and bacterial agents under study at this facility should also be included in the scope of this knowledge. The Offeror must be able to complete NIH security training. The government will provide as needed temporary office space, computer, library privileges, and access to medical files. The period of performance of this contract is 06/11/05 through 10/30/05. Delivery location is Rocky Mountain Laboratories, 903 South Fourth Street, Hamilton, Montana 59840. The following FAR provisions and clauses apply to this acquisition: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract, basic agreement, basic ordering agreement or blanket purchase agreement resulting from the solicitation; 52.212-1 Instructions to Offerors?Commercial; FAR 52.212-2 Evaluation?Commercial Items; FAR 52-212-4 Contract Terms and Conditions?Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items; HHSAR 352.224.70 (b)(f) Confidentiality Clause. By submission of an offer, the offeror acknowledges the requirement that a proposed awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications?Commercial Items at website http:/orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, past performance, delivery and price. Offers may be mailed or faxed to the POC indicated above (FAX 406-363-9288).Offers must be submitted not later than 4:30 PM (MDST), 06/09/05. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by the Agency.
 
Place of Performance
Address: ROCKY MOUNTAIN LABORATORIES 903 SOUTH FOURTH STREET HAMILTON, MT
Zip Code: 59840
 
Record
SN00816112-W 20050528/050526211752 (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.