Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOURCES SOUGHT

A -- Research Support/Animal Care Services

Notice Date
11/15/2006
 
Notice Type
Sources Sought
 
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 on Drug Abuse, 6101 Executive Boulevard Room 260 - MSC 8402, Bethesda, MD, 20892, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N01DA-7-9911
 
Response Due
11/29/2006
 
Archive Date
6/15/2007
 
Description
The National Institute on Drug Abuse (NIDA) seeks capability statements from qualified Small Businesses (e.g., small, small disadvantaged businesses, woman-owned small businesses, 8(a), HUB Zone small businesses, veteran-owned small businesses, service-disabled veteran owned small businesses, etc.) having the capability to provide NIDA's Intramural Research Program (IRP), located on the Johns Hopkins Bayview Medical Campus in Baltimore, MD, with animal care professional and technical services. The services to be contracted will provide prompt, efficient, and high quality research lab technical services, and animal care, and support services necessary to support the IRP's animal research program. This includes animal caretaking and helping in lab procedures involving animals. These services include activities to: 1) Recruit, support, and maintain a large staff up to 148 persons with a wide range of skills and training, ranging from entry level animal caretakers to doctoral level scientists: 2) Expand and contract the staff based on the changing needs of the IRP; 3) Provide animal husbandry for a wide range of species including, but not limited to, rodents, frogs, pigeons, and nonhuman primates in accordance with the NIH Guide for the Care and Use of Laboratory Animals; 4) Provide backup veterinary services on an as needed basis; 5) Prepare for and participate in laboratory and facility reviews by the NIDA ACUC and AAALAC; 6) Perform rodent and nonhuman primate surgery; 7) Develop and implement environmental enrichment programs for nonhuman primates; 8) Breed transgenic and knockout mice and rats; 9) Develop and maintain breeding colonies for selected genetic mouse strains; 10) Use standard techniques in molecular biology and neuroscience including the preparation of samples and their analysis using autoradiography, in situ hybridization, site-directed mutagenesis, electrophoresis, electrophysiological methods and other techniques: 11) Use microdialysis; and, 12) Use rodent and nonhuman primates in a variety of behavioral testing techniques. Information sent should be relevant and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous similar projects and work in the field of drug abuse; (2) Personnel: Name, professional qualifications and specific experience of scientists and/or technical personnel who may be assigned as project director and other key positions; (3) Facilities: Availability and description of facilities and equipment required to conduct this type of work. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to perform the above tasks. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government use. Any proprietary information should be so marked. Interested organizations presenting a capability statement must provide the following: 1) company name and address; 2) point of contact, 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, type of small business (e.g. 8(a), woman-owned, HUB Zone Small Business, etc.), and 6) capability information in response to the requirement. Please submit written capability statements by November 29, 2006 to the NIDA Contracting Officer.
 
Place of Performance
Address: 4940 Eastern Avenue, Baltimore, Maryland
Zip Code: 21224
Country: UNITED STATES
 
Record
SN01181366-W 20061117/061115220320 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.