Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOURCES SOUGHT

A -- NONHUMAN PRIMATE VIROLOGY LABORATORY FOR AIDS VACCINE RESEARCH AND DEVELOPMENT

Notice Date
7/7/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy and Infectious Diseases, Office of Acquisitions, 5601 Fishers Lane, 3rd Floor, MSC 9821, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIAID-SBSS-16-075
 
Archive Date
8/5/2016
 
Point of Contact
Kim Brookens, Phone: 301-761-5140, Michelle L Scala, Phone: 240-669-5156
 
E-Mail Address
Kim.Brookens@nih.gov, mscala@niaid.nih.gov
(Kim.Brookens@nih.gov, mscala@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. THIS IS STRICLY MARKET RESEARCH. NIAID/DAIDS WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH Background The mission of the Division of AIDS (DAIDS), National Institute of Allergy and Infectious Diseases (NIAID), National Institute of Health (NIH) is to support research on all areas of human immunodeficiency virus/acquired immunodeficiency syndrome (HIV/AIDS) transmission, infection, and disease. This includes the development and testing of preventive HIV vaccines, biomedical prevention approaches, and innovative strategies for the treatment and/or cure of HIV infection with the ultimate goal of an AIDS-free generation. From the beginning of the AIDS epidemic, animal models have been critical in the Institute's efforts to achieve its mission. Indeed, nonhuman primates (NHP) remain the best model in which to study HIV/AIDS, as many aspects of HIV transmission and infection are recapitulated in simian immunodeficiency virus (SIV) infection of macaques. Moreover, the macaque model is fundamental to the testing of candidate AIDS vaccines since many experimental variables can be controlled, in contrast to human clinical trials. For example, the mode of transmission and acquisition can be simulated to represent human transmission by changing the virus dose, number of exposures, and route of virus challenge, i.e. oral, vaginal, penile, rectal, or intravenous. Additionally, the use of nonhuman primates allows for a more comprehensive interrogation of vaccine-induced immune responses. Lastly, NHPs offer the ability to test vaccine efficacy directly, by measuring protection from virus challenge. Results from such preclinical vaccine studies can be used to compare the relative effectiveness of different vaccine strategies and may therefore guide the choice of HIV vaccines advancing to clinical trials. NIAID supports three NHP Core Laboratories that conduct immunology and virology assays in support of NHP studies. The objective of the NHP Core Laboratories is to ensure standardization and comparability of the immunology and virology assays conducted for preclinical NHP studies and to provide a common basis for assessment of the immunogenicity and efficacy of candidate HIV and SIV vaccines. A fourth Core Laboratory, the NHP Functional Genomics Core Lab, provides assessment of gene expression in immunized NHPs. The current Nonhuman Primate Core Cellular Immunology Laboratory for AIDS Vaccine Research and Development contract (HHSN272201000028C) is held by Beth Israel Deaconess Hospital, Harvard. Duke University holds the contract for the Nonhuman Primate Core Humoral Immunology Laboratory for AIDS Vaccine Research and Development (HHSN272201100016C), and Advanced BioScience Laboratories, Inc. holds the contract for the Nonhuman Primate Core Virology Laboratory for AIDS Vaccine Research and Development (HHSN272201100022C). The contract for the NHP Functional Genomics Core Lab is held by the University of Washington (HHSN272201300010C). The contract the NIAID plans to solicit will continue to support the operation of the Nonhuman Primate Virology Laboratory for AIDS Vaccine Research and Development contract. Purpose and Objectives The purpose of this proposed contract is to conduct, improve, and develop assays designed to detect and characterize viral RNA in the plasma, mucosal tissues and secretions, lymphoid tissues, and other specimens from NHPs infected with SIV, SHIV, or HIV in studies conducted at the NIAID Simian Vaccine Evaluation Unit (SVEU) contract sites or by NIH collaborators and supported investigators. Options to increase level of effort, in order to support unanticipated increases in demand are also within the scope of the contract. Project Requirements The Contractor shall: (1) perform assays to quantitatively determine the level of SIV, SHIV, or HIV viral RNA in specimens such as plasma, mucosal tissues or secretions, lymphoid tissues, or other tissues derived from NHPs infected with SIV, SHIV, or HIV and in samples from in vitro virus cultures and virus stocks; (2) maintain the capability to provide state-of-the-art assays under this contract (3) with the approval of the COR, optimize viral RNA detection assays to increase the level of sensitivity of detection of the lowest possible levels of viral RNA; (4) receive, store, catalog, track and maintain an inventory of specimens to be assayed; (5) manage and report study data; (6) perform program coordination activities, and (7) provide additional level of effort if an option is exercised and perform option work, as needed. Anticipated Period of Performance It is anticipated that one cost reimbursement, Level of Effort (term) type contract will be awarded as a result of the proposed solicitation. The period of performance will be for one (1) year (Base Period) plus six (6) one-year options (term) that may be exercised by the Government unilaterally, for a total possible period of performance of seven (7) years, beginning on or about December 29, 2017. The performance requirement will be for the delivery of 2.35 full time equivalents (FTEs) per year for the Base Period (Year 1) and each option period (Years 2 through 7). In addition to the above functions and services to be provided for the Base period, the Government may exercise, at its discretion, Options for additional level of effort to accommodate significant increases in work. These Options are defined as follows: Option 1 - 6: Extend the Term of the Contract: The Government may exercise options to extend the term of the contract beyond the Base period (Year 1), annually, for a total contract period of up to 7 years of the performance. The total period of performance resulting from the base period plus all potential Term Options is 7 years. Assume that the scope and types of activities as outlined for the Base Period (Year 1 of the contract) would be continued for each succeeding annual contract period. Options 7-13: Increased Level of Effort: The Government may exercise options for increased level of effort that may result from unanticipated increases in demand. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by 0.5 Full Time Equivalent (FTE) for each option exercised. These options may be exercised 1 time in any year of the contract. The period of performance of an Option for increased level of effort for this purpose will not exceed the term of the Base Period or Option year in which the Option is exercised. Other Important considerations - N/A Capability Statement/Information Sought Interested small business organizations should submit a capability statement that demonstrates (a) staff expertise, including their availability, experience, and formal and/or other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Page Limitations: Interested qualified small business organizations should submit a tailored Capability Statement not to exceed 5 pages, excluding resumes. Capability Statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Font size must be 10 to 12 points. Spacing must be no more than 15 characters per inch. Within a vertical inch, there must be no more than six lines of text. Print margins must be at least one-inch on each edge of the paper. Print setup should be single-sided on standard letter size paper (8.5 x 11" in the U.S., A4 in Europe). All proprietary information should be marked as such. Required Business Information: •DUNS •Company Name •Company Address •Company Point of Contact, Phone and Email address •Current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought •Do you have a Government approved accounting system? If so, please identify the agency that approved the system. •Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR) located at https://www.sam.gov/index.html/#1. This indication should be clearly marked on the first page of your Capability Statement (preferable placed under the eligible small business concern's name and address). Number of Copies: Please submit one (1) electric copy of your response as follows: All Capability Statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via e-mail) to Kim Brookens, Contract Specialist, at Kim.Brookens@nih.gov in MS Word or Adobe Portable Document Format (PDF). The e-mail subject line must specify HHS-NIH-NIAID-SBSS-16-075. Facsimile responses will not be accepted. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than 3:00 PM (E.S.T.), July 21, 2016. Capability statements will not be returned and will not be accepted after the due date. 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 to allow the Government to determine the organization's qualifications to perform the work. 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. After a review of the responses received, a Presolicitation synopsis and solicitation may be published in the Federal Business Opportunities. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/HHS-NIH-NIAID-SBSS-16-075/listing.html)
 
Record
SN04175325-W 20160709/160708000130-0003a59fe32889244a1e2008b2872ed6 (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.