Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOURCES SOUGHT

A -- Absorption, Distribution, Metabolism, and Excretion (ADME) Chemical Dispostion

Notice Date
1/14/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
National Institutes of HealthNational Institute of EnvironmentalHealth SciencesResearch Triangle ParkNC27709
 
ZIP Code
27709
 
Solicitation Number
NIHES2009059
 
Response Due
1/29/2009
 
Archive Date
2/28/2009
 
Point of Contact
SEDGLEY, DAVID C +1 919 541 4027, sedgley@niehs.nih.gov<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A RESEARCH AND DEVELOPMENT SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential R & D requirement. The National Institute of Environmental Health Sciences is requesting information to determine the availability of interested businesses to compete for a contract to study the absorption, distribution, metabolism, and excretion (ADME) chemical disposition in mammals. The purpose of the project is to obtain detailed chemical disposition data from 3 to 6 studies of selected environmental contaminants or model compounds per year. Most of these studies will be required in laboratory rats (Fischer 344) and/or mice (B6C3F1); however, some studies may require other laboratory animals (other rodent species or dogs). Most of the studies will address the disposition of organic chemicals or environmental contaminants; however, studies of inorganic chemicals may also be requested. Individual studies may vary in complexity from preliminary investigations of chemical absorption to detailed studies of all phases of chemical disposition, toxicokinetics, and metabolism. The immediate goal of these studies is to determine more accurately the doses for National Toxicology Program (NTP) bioassay studies. The long range goal is the accumulation of data that will permit a better assessment of structure-activity for chemical absorption, metabolism and disposition in laboratory animals and to better interpret the significance of these data to man. A study shall consist of the determination of absorption, distribution, metabolism and excretion of a selected compound in a given species. Identification of unknown metabolites may be complex enough to be considered a separate study. Estimation of toxicokinetic parameters may be requested for selected chemicals. One or more studies per year may be requested to investigate the comparative metabolism of chemicals in human and rat liver microsomes or hepatocytes in vitro. The compounds for study shall be selected and provided by the Project Officer. Unless a satisfactory analytical procedure is available for unlabeled compounds and both parties agree to its use, radio labeled compounds shall be provided to facilitate the assay. In most instances, the initial studies shall be performed in male rats; however, the Project Officer shall reserve the right to require studies in female rats or additional species. Male animals are studied initially to avoid the influence of estrogenic hormones on xenobiotic metabolizing enzymes. The protocol for the study shall be developed by the Principal Investigator in cooperation with the Project Officer. The government estimates that the project will require the work of one professional man-year and three and a half technical/administrative personnel man-years in each contract year. The Government would prefer that the Principal Investigator and Co-Principal Investigator have a minimum of 5 years Post-Doctoral Degree experience. The estimated annual level of effort is 9,360 labor hours. Award of one cost-reimbursement, level of effort contract (the work on the contract involves continuous activity with no clearly defined end point) on an open competition basis is contemplated as a result of this solicitation. The contracts obtained under this solicitation will continue the work of a similar contract. The period of performance for the contract is five years, beginning on or about September 29, 2009 through September 28, 2014. Five (5) one-year options extending the performance of the contract beyond the fifth base year of the contract are planned. The following is a list of equipment and special facilities required under contract:1. Facilities for animal receipt, housing treatment and care.2. Facilities for safe receipt, storage and use of toxic and radio-labeled chemicals.3. Metabolism cages which permit humane housing of rats and mice for extended times and separate collection of urine, feces, exhaled volatiles and C02.4. Facilities for humane housing and care of dogs and metabolism cages, which separate collection of urine and feces from dogs.5. Equipment for quantitative chemical analysis e.g. HPLC, HPLC-MS, gas liquid chromatograph, UV-visible spectrophotometer, mass spectrometer, nuclear magnetic resonance spectrometer, HPLC-MS, plus the usual complement of minor laboratory equipment.6. Equipment for quantitative analysis of radioactivity in chemical and biological samples, e.g. liquid scintillation counter, biological sample oxidizer and HPLC radio-detector.7. Equipment for studies of chemical metabolism in vitro, e.g., liver perfusion apparatus, incubator, and homogenizer, centrifuges, water baths and extraction apparatus.Interested organizations should submit five (5) copies of their capability statement, not to exceed fifteen (15) pages in length, excluding standard brochures, for receipt by the agency within fifteen (15) days from the date of this announcement. Standard company brochures will not be considered a sufficient response to this sources sought synopsis. In the capabilities statements, contractors should provide their size status for the NAICS Code (541712) and whether or not they are a certified HUBZone, 8(a), Woman-Owned, Small Disadvantaged and/or Service Disabled Veteran-Owned or Veteran-Owned Small Business concern. An RFP will be synopsized on the FedBizOpps Website at a later date. Mail information to: David Sedgley, P.O. Box 12874, 111 T.W. Alexander Drive, MD K1-05, Research Triangle Park, NC 27709; or by e-mail to sedgley@niehs.nih.gov. Electronic submissions on a CD will be accepted (one copy). Electronic submissions by FAX (one copy) should be sent to (301) 541-5594. For commercial delivery, send to David Sedgley, 530 Davis Drive, Room 1065, Durham, NC 27713. Telephone number (919) 541-4027. NAICS Code is 541712.Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. Respondents will be added to the prospective offerors list for any resultant solicitation. However, responses to this notice will not be considered adequate responses to a solicitation.Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11f263e5cd86f228fb51073f8b472d92&tab=core&_cview=1)
 
Record
SN01732648-W 20090116/090114220434-11f263e5cd86f228fb51073f8b472d92 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.