SOURCES SOUGHT
A -- Off-Site Housing of NHPs - S10-160 - RFI
- Notice Date
- 6/3/2010
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 427, Room 12, Frederick, Maryland, 21702
- ZIP Code
- 21702
- Solicitation Number
- S10-160
- Archive Date
- 7/17/2010
- Point of Contact
- Howard R. Souder, Jr., Phone: 3018465096
- E-Mail Address
-
souderhr@mail.nih.gov
(souderhr@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- RFI Package for temporary housing. Please read the instructions listed towards the end of the document for exact instructions. SOURCES SOUGHT NOTICE(SSN)/REQUEST FOR INFORMATION (RFI) # S10-160 This Sources Sought Notice/Request for Information is issued by SAIC-Frederick (SAIC-F) in support of its prime contract awarded by the National Cancer Institute at Frederick (NCI-F). For more information regarding this relationship, see www.ncifcrf.gov. This document should not be construed as a solicitation or as an obligation on the part of SAIC-F, or the Government. SAIC-F does not intend to award a subcontract(s) on the basis of responses to this RFI, nor pay for the preparation of information provided herein. _____________________________________________________________________________ A. PURPOSE AND INTENT OF THIS REQUEST SAIC-Frederick, Inc. (SAIC-F) at the National Cancer Institute-Frederick (NCI-F) is requesting information regarding the cost and availability of AAALAC accreditable animal facility space to utilize for a 6 to 9 month period for housing and research support of ongoing nonhuman primate studies during a proposed renovation of its primate facility. SAIC-F requests consideration and assessment of the following alternative approaches for executing this task, which are listed in order of preference: • Option A: The offeror will allow access to facilities by SAIC-F personnel who will perform all routine animal husbandry, veterinary care, technical and experimental procedures defined by NCI research protocols. • Option B: Routine animal husbandry and veterinary care functions will be performed by the offeror. The offeror will allow access to facilities by SAIC-F personnel who will perform all technical and experimental procedures defined by NCI research protocols. • Option C: All work will be conducted by the offeror with oversight provided by SAIC-F staff. Service Requirements That Apply To All Options: 1) Provision of sufficient space to house 30 to 90 macaques (rhesus and pigtails) with up to 5-6 different health statuses based on the experimental infections. This will likely require space for 15 to 30 rolling quads (6.0 sqft, and 4.0 sqft.) and preferably the ability to hold and sanitize gang cages and/or play cages as well. These animals are currently housed in 7 rooms (capacity 2 to 8 quads per room). Depending on room size and configuration, additional rooms may be required. 2) All work will be conducted at Animal Biosafety Level 2 (ABL) or ABL2 with ABL3 practices. 3) Mechanical cage wash to sanitize cages, transfer boxes, enrichment devices, 4) Cages can be provided by the requester, and the requester can provide staff to operate cage washing equipment. 5) Surgery suite with the ability to support major operative procedures in primates, including laparoscopic procedures and laparotomies. An autoclave must be available for use. 6) Procedure space to accommodate chair-restrained primates as well as space for conducting procedures with sedated primates and surgical prep of animals must be available. Preferably procedure space would be comprised of at least two rooms to allow for separation of health statuses. X-ray equipment and a certified Class II Biological Safety Cabinet must be available for use. 7) Necropsy suite with tables to accommodate and facilitate sanitation after necropsies of nonhuman primates. 8) Surgical, necropsy and procedural equipment other then that specified can be provided by the requester. 9) Storage space adequate to accommodate supplies, cages, surgical equipment, feed, refrigerated fruit and enrichment devices must be available. A refrigerator, -20oC freezer, and -80oC freezer must be available for storage of drugs and samples from nonhuman primates. 10) Supplies used by SAIC-F staff will be ordered by the SAIC-F staff and may be received by SAIC-F staff or offeror staff prior to storage. 11) The facility must provide for access control to rooms housing NCI animals, appropriate security measures, and permit access to SAIC-F staff during and after regular work hours, on weekends and on holidays. 12) Facilities should have strong environmental enrichment program for nonhuman primates. Some animals may need to be single-housed. 13) The facility must allow for AAALAC accreditation or provide proof of accreditation. 14) Facility location must enable sample delivery to the NIH campus in Bethesda and to NCI-Frederick on the Fort Deterick campus in Frederick within one hour of packaging. Specific Requirements for Option A: 1) Provision of space to accommodate the housing and care for 30 to 90 nonhuman primates at offeror's facility(ies) by the SAIC-F personnel. The animals have been acquired by the government and are routinely screened for TB, retroviruses, B virus, and enteric pathogens. 2) Work will be performed under NIH's AAALAC accreditation and NCI's Animal Study Proposals that are approved by the NCI Animal Care and Use Committee. Specific Requirements for Option B: 1) Provision of space to accommodate the housing and care for 30 to 90 nonhuman primates at offeror's facility(ies) by the offeror's personnel. The animals have been acquired by the government and are routinely screened for TB, retroviruses, B virus, and enteric pathogens. 2) The offeror will allow access to facilities by SAIC-F personnel who will perform all technical and experimental procedures defined by NCI research protocols. The offeror will be required to demonstrate that their staff has proficiency in, but not limited to, the following functions: • Housing and care of macaques. • Environmental enrichment of macaques. • Veterinary personnel qualified and experienced in providing care for macaques, including those experiencing SAIDS and those undergoing chemothereapeutic administration. 3) Work will be performed under the offeror's AAALAC accreditation, and all NCI Animal Study Proposals would need to be reviewed and approved by the offeror's Animal Care and Use Committee. Specific Requirements for Option C: 1) Provision of space to accommodate the housing and care for 30 to 90 nonhuman primates at offeror's facility(ies) by the offeror's personnel. The animals have been acquired by the government and are routinely screened for TB, retroviruses, B virus, and enteric pathogens. 2) The offeror will allow access to facilities by SAIC-F personnel who will oversee as the offeror performs technical and experimental procedures defined by NCI research protocols.The offeror will be required to demonstrate that their staff has proficiency in, but not limited to, the following functions: • Housing and care of macaques. • Environmental enrichment of macaques. • Veterinary personnel qualified and experienced in providing care for macaques, including those experiencing SAIDS and those undergoing chemotherapeutic administration. • Injections and inoculations (IV, IM, SQ, PO, gavage, intrarectal, intravaginal, etc.) • Handling and restraint (pole and collar, chair, etc.). • Sample collections (blood, urine, BAL, CSF, vaginal/rectal pinch biopsies, endoscopic jejunal biopsies, etc.). • Maintenance and use of ports (IV, ommaya, and lateral ventricle ports). • Major survival surgery (laparotomy, laparoscopy). • Necropsy. • Packing and shipping samples. 3) Work will be performed under the offeror's AAALAC accreditation and all NCI Animal Study Proposals would need to be reviewed and approved by the offeror's Animal Care and Use Committee. Additional General Requirements: 1) The nonhuman primates would be owned by the government and may be transferred to other contract facilities at any time after the initial acquisition and transfer to the offeror's facility. 2) The offeror would immediately notify the SAIC-F Attending Veterinarian or SAIC-F project coordinator of clinical cases or health concerns. 3) The offeror would immediately notify the SAIC-F Attending Veterinarian or SAIC-F project coordinator of any environmental parameters that vary from established ranges. 4) The offeror would maintain capability to respond to emergency incidents, and to monitor the nonhuman primate colony status after regular work hours, as required. Sources Sought Notice Number: S10-160 Posted Date: June 3, 2010 Response Date: July 2, 2010 by 3:00PM Eastern Archive date: July 16, 2010 Classification Code: A - Research and Development NAICS: 541711 Contracting office address: SAIC-Frederick, Inc. National Cancer Institute at Frederick 92 Thomas Johnson Drive, Suite 250 Frederick, MD 21702-1201 Responder Instructions: Responders must submit a capability statement (40 page limitation, excluding resumes) describing their organization's experience and abilities to provide the materials and services as described which includes: (1) a summary of list of past performance with references; (2) a brief description of the professional qualifications and experience of key staff who may be assigned in the production of the materials and delivery of services (CV's may be provided); (3) listing of any/all current and relevant certifications from a qualified neutral third-party and contact information; (4) a general description of the facilities and other resources needed to provide the materials and services; (5) demonstrated ability to produce the materials & services; and (6) an estimated cost broken down in a Time and Material (T & M) format of defined materials and services. Each response should include the following Business Information in addition to capability statement: 1) Sources Sought Number 2) DUNS number 3) Company Name 4) Company Address 5) Company Point of Contact, Phone, FAX, and Email Address. POC's should include individual(s) who is(are) duly authorized in managing any/all technical issues and/or questions, and individual(s) who is(are) authorized in managing any/all contractual issues and/or questions. 6) Type of Company (i.e. small business, 8(a), woman-owned, veteran-owned, etc.) as validated by the Central Contractor Registration (CCR). All responders must register on the CCR, located at http://www.ccr.gov/index.asp. The final date to submit written questions to the Point of Contact for this RFI is 12 noon on June 18, 2010. The last date to submit final responses to this RFI is 3:00 PM, July 2, 2010 Point of Contact Mr. Howard Souder, Jr., Subcontract Specialist, Phone (301) 846-5096, Fax (301) 228-4037, Email souderhr@mail.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/S10-160/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02167288-W 20100605/100603235022-201573fe4d48721639686cbceeac015e (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 |