Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
MODIFICATION

A -- Management & Operation of the High Containment NIAID Integrated Research Facility (IRF) at Fort Detrick - Amendment 2

Notice Date
6/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
DHHSNIHAO2016038
 
Archive Date
5/31/2018
 
Point of Contact
LaDonna R Stewart, Phone: 240-669-5123, Dixie Harper, Phone: 240-669-5119
 
E-Mail Address
lstewart@niaid.nih.gov, dixie.harper@nih.gov
(lstewart@niaid.nih.gov, dixie.harper@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 2 4/19/17 - 1. Amended to correct the NAICS code from 541990 to 541711. This is an R&D Requirement. 2. Amended to revise the number of employees as of the date of this action. 3. Amended to revise the synopsis posting date. The revised release date for the solicitationis anticipated to be April 20, 2017. See changes in bold noted below. 6/13/2017 - Amended to extend due date. Description revised to correct number of FTE positions (quantity and description). Note new position - Imaging Scientist added to description. Introduction The National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH), of the Department of Health and Human Services (DHHS) supports research related to the basic understanding of microbiology and immunology leading to the development of vaccines, therapeutics, and medical diagnostics for the prevention, treatment, and diagnosis of infectious and immune-mediated diseases. The NIAID research portfolio has expanded in response to challenges including bio-terrorism and emerging and re-emerging infectious diseases for greater than a decade. NIAID is actively engaged in the clinical research networks world-wide including clinical trials and emergency responses to outbreaks. Research initiatives to mitigate the threat of bioterrorism as well as emerging infectious diseases associated with high consequence pathogens include Viral Hemorrhagic Fevers including Ebola, Marburg, Lassa, and Nipah viruses as well as coronaviruses including MERS-CoV and influenza. Characterization of newly emerging infectious disease agents associated with fevers of unknown origin is also priority. The NIAID, Division of Clinical Research has a requirement for a contractor to support management and operations of the NIAID IRF facility at Ft. Detrick, 24 hours a day, 365 days a year. Description The NIAID IRF is part of the National Interagency Biodefense Campus based at Fort Detrick, Maryland with the primary focus to manage, coordinate and facilitate the conduct of research with emerging infectious diseases and biodefense pathogens to develop countermeasures, improved medical outcomes for patients and control strategies for human health. The NIAID IRF is a specialized biocontainment facility with the appropriate infrastructure to support basic research and animal studies with various infectious disease agents including those requiring the highest level of biocontainment, (BSL-4) to evaluate therapeutics, vaccines anddiagnostics as well as natural history and pathogenesis associated with these agents. Scientists at the IRF focus intensively on developing prevention and treatment options that will be directly relevant to naturally occurring or deliberately introduced human diseases. IRF Staff may be required at times to deploy to infectious disease outbreak sites in support of NIAID DCR clinical protocols around the world (e.g. inclusive of but not limited to the USA, West Africa,Southeast Asia, South America, etc.). Legislative mandates for support of these efforts may originate from the U.S. Congress. The IRF requires support services to facilitate: •· Biosafety level (BSL) Scientific/Laboratory operations at BSL- 2 through BSL-4 inclusive of: • Clinical Core Services of Molecular Biology, Immunology, Virology, Cell Culture • Aerobiology • Pathology • Imaging Physics with emphasis on Magnetic Resonance Imaging (MRI), Computed tomography (CT); Single Positron Emission Computed Tomography (SPECT); Positron Emission Tomography (PET) and Ultrasonography •· Outbreak Laboratory Support deployment to international and domestic sites •· Comparative Medicine and Animal Care and Technical Support at IRF •· Administrative Management and Operations inclusive of: • Training • Programmatic and Logistical Support It is estimated that 105 Full-Time Equivalents (FTEs - including subcontractors based upon a work year of 2,080 hours) shall be needed for initial award in the following areas: Leadership (1) Operations Director (1 FTE) Scientific (58) Ass ociate Science Supervisor/Study Implementer (1 FTE) High Containment Supervisor/Study Implementer (1 FTE) High Containment Technician (1 FTE) Study Implementers (2 FTEs) Associate Study Implementers (6 FTEs) Support Scientists (12FTEs) Outbreak Response Coordinator (1 FTE) Outbreak Response Scientists (6 FTEs) Study Support Lead (1 FTE) Core Services Lead (1 FTE) Study Support Technicians (4 FTEs) Cell Culture Lead (1 FTE) Cell Culture Technicians (3 FTEs) Core Services Immunology Lead (1 FTE) Core Services Immunology Technicians (3 FTEs) Molecular Lead (1 FTE) Molecular Technicians (2 FTEs) Lead Virologist (1 FTE) Electron Microscopist (1 FTE) Aerobiologist (1 FTE) Aerobiology Technician (1 FTE) Viral Repository Manager (1 FTE) Science Data Management Lead (1 FTE) Science Data Coordinators (2 FTEs) Medical Illustrator (1 FTE) Biomedical Equipment/Property Maintenance Technician (1 FTE) Biomedical Equipment Maintenance Technician (1 FTE) Imaging (8) Imaging Lead/Physicist (1 FTE) Junior Physicist (1 FTE) Imaging Physicist Support (1 FTE) Imaging Technologist (3 FTEs) Imaging Analyst (1 FTE) Imaging Scientist (1 FTE) Animal Care (21) Veterinary Program Manager (1 FTE) Animal Facility Manager (1 FTE) Research Support Specialists (4 FTEs) Laboratory Animal Technicians (8 FTEs) Animal Caretakers (5 FTEs) Animal Caretakers/Cage Wash Supervisor (1 FTE) Animal Care Administrator (1 FTE) Gross Anatomical Pathology (8) Pathology Lead (1 FTE) Research Pathologists (3 FTEs) Pathology Support Specialists (1 FTE) Histology Lab Manager (1 FTE) Histology Technicians (2 FTEs) Administrative (9) Project Manager/Financial Analyst (1 FTE) Project Management Assistant (1 FTE) Executive Assistant/Travel Coordinator (1 FTE) Technical/Research Writer (1 FTE) Procurement Administrators (3 FTEs) Loading Dock Manager (1 FTE) Loading Dock Technician (1 FTE) If the Offeror's work year is less than the 2,080 hours, the Offeror must understand that the requirement is for the Contractor to provide the exact number of hours required per year for its proposal to be considered responsive. This information is furnished to Offerors for information purposes only and is not to be considered restrictive for proposal purposes. Proposal Submission and Evaluation For the solicitation, the NIAID requires proposals to be submitted via two methods: (1) Disc (CD or DVD) and (2) Online via the NIAID electronic Contract Proposal Submission (eCPS) website. The content of the disc and online proposals must be identical. Submission ofproposals by facsimile or e-mail is NOT acceptable. For directions on using eCPS, go to the website https://ecps.nih.gov and then click on "How to Submit." The solicitation will include mandatory qualification criteria which must be met at the time of submission of the offerors proposal, as well as, page limitations. Offerors should familiarize themselves with all areas of the solicitation requirements to ensure compliance with these elements. Solicitations will be evaluated against Technical and Non-Technical factors including Technical and Management Approach, Cost, Corporate and Personnel Experience and Past Performance. NOTE this is only a notice. Offerors should refer to the Request for Proposals (RFP) for specific Mandatory Requirements and Evaluation Criteria. Duration of contract: It is anticipated that one (1) negotiated, Cost -Reimbursement; Level of Effort type award will be made from the solicitation resulting from this notice. The base award period will consist of 24 Months with the option to exercise up to Five (5), oneyear options extending the contract term for a maximum period of performance of seven (7) years. The contract will also include one 1 option to extend services for six (s) months after the seven-year term. Options: Three types of options will be included within the solicitation: Term options which will provide NIAID with the right to extend the period of performance between 6 months and 1 year pursuant to FAR 52.217-8 and FAR 52.217-9; and Quantity Options which will provide NIAID with the right to purchase Levels of Effort of up to 2 FTEs per option year above the base quantity of 105 FTEs. The total number of FTEs for full performane is anticipated to be 115 FTEs The Anticipated award date: ________ March 1, 2018 ______ Any responsible offeror may submit a proposal which will be considered by the Agency. The RFP will be available electronically on/about April 20, 2017, and may be accessed through FedBizOpps http://www.fedbizopps.gov/. This notice does not commit the Governmentto award a contract. No collect calls will be accepted. No facsimile transmissions will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/DHHSNIHAO2016038/listing.html)
 
Place of Performance
Address: NIAID IRF at Fort Detrick, Frederick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN04542425-W 20170615/170613234621-8b88b7f0b4674f14faa04de770adae08 (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.