SOURCES SOUGHT
A -- Reagent Resource Support Program for AIDS Vaccine Development
- Notice Date
- 3/8/2010
- 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, 6700 B Rockledge Room 3214 MSC7612, Bethesda, Maryland, 20892-7612
- ZIP Code
- 20892-7612
- Solicitation Number
- RFP-NIAID-DAIDS-NIH-AI2010086
- Archive Date
- 4/7/2010
- Point of Contact
- Michelle L. Scala, Phone: 301-496-0612
- E-Mail Address
-
mscala@niaid.nih.gov
(mscala@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Reagent Resource Support Program for AIDS Vaccine Development RFP-NIAID-DAIDS-NIH-AI2010086 Type of Requirement Re-competition (Contract No.:N01-AI-30018) Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Institute of Allergy and Infectious Diseases, Office of Acquisitions, 6700-B Rockledge Drive, Room 3214, MSC 7612, Bethesda, MD, 20892-7612 Sources Sought Notice Information General Information Document Type: Sources Sought Notice Solicitation/Reference Number: HHS-NIH-NIAID(AI)-SBSS-10-086 Posted Date: March 8, 2010 Original Response Date: March 23, 2010 Current Response Date: March 23, 2010 Original Archive Date: Current Archive Date: Classification Code: A -- Research & Development NAICS Code: 541712-Research and Development in the Physical, Engineering and Life Sciences 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. Background The discovery and development of an AIDS vaccine is among the highest research priorities of the National Institute of Allergy and Infectious Diseases (NIAID), and among the principal missions of NIAID's Division of AIDS (DAIDS). To support this mission, the incumbent Contractor, Quality Biological, Inc., Contract Number N01-AI-30018, provides high quality, novel, and targeted reagents, assays and services for use by the HIV/AIDS vaccine research community. Specific projects have included producing, purchasing and providing overlapping peptide sets for SIV/SHIV and HIV, polyclonal and monoclonal antibodies, procuring SIV and SHIV challenge stocks, and supporting the repeated and extensive proficiency testing/standardization of the widely used TZM-bl neutralization assay. Purpose and Objectives The purpose of the proposed contract will be to produce, procure, store, ship, and maintain an up-to-date inventory of high-quality reagents and assays in support of preclinical and clinical AIDS vaccine research. Project Requirements To fulfill the technical requirements, the Contractor shall: 1) procure, purify, and test reagents for the DAIDS Vaccine Research Program, including, for example: viral proteins and peptides, virus stocks, monoclonal and polyclonal antibodies, topical microbicides, vaccine vectors, vaccine adjuvants and cytokines, and any additional reagents deemed necessary for the NIAID DAIDS Vaccine Research Program; 2) perform genetic cloning and sequencing; 3) acquire the needed reagents, assays, and/or services used to evaluate AIDS vaccine safety and immunogenicity; 4) analyze all reagents for purity and integrity, and provide for their quality control and assurance; and 5) provide for receipt and inventory tracking, storage, maintenance, and distribution of all reagents. Anticipated Period of Performance The performance requirement will be for the delivery of 1.9 full time equivalents (FTEs) per year for the base period (Year 1) and option periods (Year 2 through Year 7), which may be unilaterally exercised by the Government. The option periods may extend the term of the contract beyond the base period for up to 7 years. In addition, the Government may exercise options to accommodate significant increases in work to be provided for the base period and option periods. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume in amounts of.4 and.6 FTE. A total of two options, in any combination (.4 FTE/.6FTE) may be exercised per performance year. Capability Statement/Information Sought Capability Statements should clearly convey information regarding the respondent's capabilities, including: (a) staff expertise, including their availability, experience, and formal and 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. Interested contractors must submit a capability statement (five page limitation, excluding resumes) describing their company's experience and ability to perform this effort that includes the following: (1) a summary list of similar work previously performed; (2) the professional qualifications and specific experience of staff who may be assigned to the requirement; (3) resumes for proposed key personnel, including the Principal Investigator, that reflect education, and previous work relevant to the proposed requirement; (4) a general description of the facilities and other resources needed to perform the work; and (5) demonstrated ability to carry out the work. Each response should include the following Business Information: a. DUNS number b. Company Name c. Company Address d. Company Points of Contact (both technical and administrative), including names, titles, addresses, telephone and fax numbers and Email addresses e. Current GSA Schedule appropriate to this Sources Sought f. Do you have a Government-approved accounting system? If so, please identify the agency that approved the system. g. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must be registered in the CCR, located at http://www.ccr.gov/ Teaming Arrangements: All teaming arrangements should also include the above-cited information and certification for each entity on the proposed team. Teaming arrangements are encouraged. NIAID recognizes that no single organization or institution may have the expertise and facilities required to perform all of the tasks mentioned above. Therefore, the Contractor may need to utilize the expertise and resources of subcontractors and specialized consultants to provide the full spectrum of requested activities. The Contractor shall be responsible for ALL work performed under this contract including that performed by any subcontractors and consultants. The Contractor will ensure that any and all processes meet international, federal, local and state regulations to ensure the continuity and validity of the resulting product. Responses must be submitted no later than 4:00 PM, March 23, 2010. Capability statements will not be returned and will not be accepted after the due date. These statements may be submitted by e-mail or paper copy to Susan Breland, Contract Specialist. She can be emailed at the address provided below. Electronic submissions should be submitted in PDF format, however, Microsoft Word or Corel WordPerfect will be accepted. In the subject line, please reference: HHS-NIH-NIAID(AI)-SBSS-10-086. A paper copy can be sent via regular mail at the address provided below. If sending a paper copy, please send an original and one copy. Susan Breland Contract Specialist Office of Acquisitions National Institute of Allergy and Infectious Diseases National Institutes of Health 6700 B Rockledge Drive, Room 3214, MSC 7612 Bethesda, Maryland 20892-7612 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. The Government will not entertain questions regarding this Market Research; however, general questions may be emailed to the following addresses: Contract Specialist: Susan Breland Email Address: brelands@niaid.nih.gov Contracting Officer: Michelle L. Scala Email Address: mscala@niaid.nih.gov 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/RFP-NIAID-DAIDS-NIH-AI2010086/listing.html)
- Place of Performance
- Address: Performance is unknown at this time., United States
- Record
- SN02086119-W 20100310/100308234934-c99bc676ec1e1d54069ac5b392975d84 (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 |