Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

B -- RECOVERY - Animal Laboratory Support Specialist

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ10054
 
Point of Contact
Reyes Rodriguez, Phone: 301-402-6074, John - Foley, Phone: 301-402-2284
 
E-Mail Address
rodriguezra@niaid.nih.gov, jfoley@niaid.nih.gov
(rodriguezra@niaid.nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on RFQ10054. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-41 dated May 13, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 541380, which has a size standard of $12.0 millions. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure services of an Animal/Laboratory support specialist based on the following specification: 1) Expected Start Date: As soon as possible after award is made; Period of Performance: 2 years from ARO; Location: Bethesda, MD. 2) Contractor Work Description: This position is for an Animal/Laboratory Technician to support animal studies within the Laboratory of Viral Diseases (LVD) and will entail one individual working 'cage to bench-side' for both rodent and guinea pig work with the H1N1 virus. This individual must be able to work in BSL-2/ABSL-2 facilities. Contractor shall have demonstrated experience deploying staff within NIH laboratories within the past 2 years and staff passing NIH security standards as well as experience recruiting candidates based on the description below as part of the statement of work and/or immediate accessibility to a deployable pool of candidates; Contractor shall provide the top three (3) candidates and their credentials for the position to the Government for review. Government may request voice/video communication with top three (3) candidates and/or on-site meeting with candidates; For the purposes of this proposal, the not to exceed cost of $5,000 is established for potential Other Direct Costs (ODC) such as travel, Per Diem at the published Government rates and for relocation expenses if needed; Contractor shall perform drug testing, background, and reference checks on candidates selected for duty; Selected candidate is subject to NIH security clearance for badge issuance and entrance authorization; Candidates failing to meet Contractor and/or NIH clearance processes will not be authorized to work. 3) Worker Position Requirements: B.S (or equivalent) research technician certified by the American Association of Laboratory Animal Science with at least 3 years animal handling experience and laboratory based training in tissue culture, viral infections, and molecular techniques. Candidates should have excellent written and verbal communication skills, proficient technical vocabulary and computer program proficiency in commercial off the shelf products comparable with NIAID platforms. Individual shall meet Bio-safety Level 2 (BSL-2/ABSL-2) training standards and NIAID laboratory protocol requirements. Proof of United States citizenship is required for this position. 4) Management Oversight Requirements: Contractor shall deploy staff to on-sight location within NIH facilities for task execution. A Contractor representative is not required to provide on-site management oversight of staff. Contractor representative is required to be available via telephone and/or audio visual communications within 24 hour notice from the Government. 5) Description of Requirement: The project is based on a 24-month delivery schedule to provide a series of results which include laboratory and animal protocols. Once initiated, it is paramount for the Contractor to deliver the complete schedule of services for NIAID to meet its H1N1 mission of providing therapies, vaccines, and diagnostics to the American people. Interruption of this service will increase the country's vulnerability to both current and future influenza pandemics risking undue death and disease. Therefore, concurrent adherence to timeline activities is expected. The Contractor shall provide monthly progress reports of current activities in process, and a concluding project report defining protocol deliverables at the project's 24-month endpoint. 6) Deliverable: Successful completion of the in vivo characterization of the influenza virus studies in mouse and guinea pig animal models. This work will include virus titration, diverse molecular techniques, immunology and serology and other procedures such as, Inoculations; infections; Blood withdrawal; Tissue and organ harvest; necropsy; Polymerase Chain Reaction; Influenza virus assays and culture; Colony management; Routine handling and manipulations; Animal Study Proposal Management in multiple facilities; Record keeping and health data management; Work in both laboratory and animal facility settings. This work will be dedicated to influenza studies. This requirement consists of one (1) Virology Technician position to be recruited for an influenza project within the Laboratory of Virology under the Division of Intramural Research. Award will be based on: 1) Technical capabilities to meet the required specifications and 2) Price. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. (B) (1) 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 purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Reyes Rodriguez at (301) 402-6074. All responsible sources may submit offers that will be considered by this agency. Offers must be mailed. Offers must be submitted no later than 5:00 p.m. Eastern Standard Time (EST), June 3, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22B, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Reyes Rodriguez at 301-402-6074. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ10054/listing.html)
 
Place of Performance
Address: The National Institutes of Health NIAID, 10401 Fernwood Rd. RM 2NE70, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02153934-W 20100521/100519234741-1f703d29a62f2828229912ab0427739b (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.