Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOURCES SOUGHT

A -- Scientific and Logistics Support for the NTP CERHR

Notice Date
5/29/2008
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Institutes of HealthNational Institute of EnvironmentalHealth SciencesResearch Triangle ParkNC27709
 
ZIP Code
27709
 
Solicitation Number
NIHES2008052
 
Response Due
6/13/2008
 
Archive Date
7/13/2008
 
Point of Contact
CAMPBELL, JUANITA A +1 919 541 7893, campbellj@niehs.nih.gov
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number NIEHS2008024, Center for the Evaluation of Risks to Human Reproduction (CERHR) has been cancelled. Small business concerns who previously submitted capability statements under Solicitation Number NIEHS2008024 must re-submit capability statements under this solicitation numbered NIEHS2008052. NIEHS is re-opening the opportunity to submit Capability Statements. 1) The title of the requirement is amended to read Scientific and Logistics Support for the National Toxicology Program (NTP) Center for the Evaluation of Risks to Human Reproduction (CERHR). 2) The NAICS Code for the requirement is amended from 541711 to 541990. The small business size standard is changed from 500 employees to $6.5 million dollars. This is a Sources Sought Notice to determine the availability of qualified small businesses. The National Institute of Environmental Health Sciences (NIEHS) is seeking Capability Statements from qualified Small Businesses, which have the capability to provide the necessary scientific and logistical expertise, personnel, materials, facilities, and equipment necessary to support the CERHR in conducting expert panel evaluations of substances for potential reproductive and developmental risk to humans. Specifically, under direction/approval of the Project Officer, the contractor shall: (1) establish and maintain a web-based expert registry, (2) provide logistical support for quarterly meetings of the Core Committee, (3) provide preliminary and final chemical dossiers to the Core Committee, (4) prepare and distribute initial draft reports and final reports to expert panels, (5) schedule and arrange logistics for expert panel meetings, (6) support the update and maintenance of the CERHR web site (http://cerhr.niehs.nih.gov/index.html ), and (7) follow appropriate procedures for addressing potential conflicts of interests. The Government estimates: Principal Investigator travel to NIEHS in RTP, NC at three (3) - one day trips per year; four (4) quarterly one day, Core Committee Meetings per year; two (2) Expert Panel Meetings per year, likely to be held in the Washington, DC area or near the NIEHS in Research Triangle Park, NC. It is estimated that each meeting shall consist of 12-15 panelists and convene over a period of 3 days. The contractor must maintain compliance with http://cerhr.niehs.nih.gov/aboutCERHR/guidelines.pdf as well as other Federal Government Regulations. The estimated total period of performance shall be up to ten years. It is anticipated that the base period of the contract shall be two years with four two year options (total of eight option years) to follow. It is anticipated that there will be options for one additional meeting per contract year for a total of 10 optional meetings throughout the life of the contract. It is anticipated that level of effort for this project shall be approximately 9660 direct labor hours per year. The estimated direct labor hours per year consist of 1860 professional hours (Principal Investigator/Senior Reproductive Toxicologist*), 3720 professional support hours (Toxicologist*), 1860 technical support hours (Management Coordinator*), 2220 Admin Support (Information Specialist/Computer Specialist/Other support), * Key Personnel - the identified key personnel are essential to the performance of the contract. Key personnel must be employees of the contractor. Key personnel may be required to travel 2-3 times per year or more. There will be no Government-furnished materials, equipment, or facilities provided. Equipment and facilities necessary to perform the work shall be furnished by the Contractor. Basic office equipment and PC or Macintosh computer support (Windows XP with Microsoft Word on Pentium IV or Intel computer systems or Mac G5 OSX 10.4.10 or higher), are needed for activities such as word processing, data collation, e-mail communication, electronic transfer of files, and web-based searches. Specific required software programs or equivalent include: Microsoft Office 2003 or higher, EndNote, FileMaker Pro 5 or higher, Microsoft Adobe Dreamweaver and Adobe Acrobat Professional 8.1 or higher. Equivalent applications are acceptable with prior Government approval. THIS IS NOT A REQUEST FOR PROPOSALS. THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT COMMIT THE GOVERNMENT TO ANY CONTRACUTAL AGREEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT BASED ON RESPONSES RECEIVED UNDER THIS ANNOUNCEMENT NOR OTHERWISE PAY FOR PERPARATION OF ANY INFORMATION SENT FOR THE GOVERNMENTS USE. ANY PROPRIETARY INFORMATION SHOULD BE SO MARKED. Small business concerns that believe they possess the capability to perform the work described above should submit an original and two (2) copies of their capability statement. Capability Statements should include: 1) The name and telephone number of a point of contact for the company, history of the organization (e.g. number of years in business, duns #); 2) The type of business or organization, organizations size standard under NIACS code 541990 (gross annual revenue), identify eligibility under 8(a) veteran owned, small disadvantaged, service disabled veteran owned, hub zone, women owned or other set aside programs as applicable; 3) Indicate previous experience and capabilities related to the work identified above. Capability Statements should clearly identify the offerors experience and qualifications to perform the proposed work; 4) management structure, identify resources available to perform the work (e.g. scientific equipment, facilities, personnel, etc.) include the name of personnel, professional qualifications and specific experience of professional staff scientists and technical personnel who may be proposed as a principal investigator; 5) organizations should identify capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include but is not limited to, Government and/or Commercial Contracts previously performed, references to publications, awards, commendations, etc. Capability Statements should not exceed fifteen (15) pages in length, excluding standard brochures. Solicitation Number NIEHS2008024, Center for the Evaluation of Risks to Human Reproduction (CERHR) has been cancelled. Small business concerns who previously submitted capability statements under Solicitation Number NIEHS2008024 must re-submit capability statements under this solicitation numbered NIEHS2008052. Please submit Capability Statements to Ms. Juanita A. Campbell, Contracting Officer, Post Office Box 12874, Research Triangle Park, NC 27709. Overnight address: 79 T.W. Alexander Drive, Suite 100, Room 140, Research Triangle Park, NC 27709. Capability Statements will be accepted by e-mail at campbellj@niehs.nih.gov. Capability Statements must be received at the address identified by 4:00 pm eastern standard time, on June 13, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fddcab67ba64be78ff0b56cf323c373d&tab=core&_cview=1)
 
Record
SN01582886-W 20080531/080529221654-fddcab67ba64be78ff0b56cf323c373d (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.