SOURCES SOUGHT
A -- Quantitative Microflora Analysis Assays on NonHuman Primate (Macaque) Specimens in Port-A-Cul Transport Tubes
- Notice Date
- 4/11/2011
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- HHS-CDC-PGO-SBSS-PR-95614
- Archive Date
- 5/14/2011
- Point of Contact
- Arnette L. Mayhew, Phone: 7704882883
- E-Mail Address
-
hrb5@cdc.gov
(hrb5@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Notice No.: HHS-CDC-PGO-SBSS-PR-95614 Title: Quantitative Microflora Analysis Assays on Nonhuman Primate (Macaque) Specimens in Port-a-Cul Transport Tubes Description: This is a Small Business Sources Sought (SBSS) 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; and (2) 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. The NAICS Code for this project is 541711. The small business size is $7M per annum. Background: The Centers for Disease Control and Prevention (CDC) Laboratory Branch supports the Division of HIV/AIDs Program's goals in HIV prevention as they pertain to clinical studies, viral transmission, diagnosis and incidence, intervention research with microbicides, vaccines, and chemoprophylaxis as well as investigates other human and zoonotic retroviruses. The lab also requires quantization, isolation, evaluation of microflora in animal modeling system (using non-human primates) that affect HIV infection and prevention including drug resistance. Changes in vaginal bacterial microflora are major susceptibility factors for HIV infection. It is therefore critical to evaluate whether microbicides or other mucosal HIV prevention efforts induce changes in vaginal or rectal microflora in macaques. Such changes in macaques could constitute serious safety concerns for any proposed interventions. Purpose and Objectives: The purpose of this project is to perform analysis assay services of the Quantitative Vaginal and Rectal Microflora Testing on Macaque specimens that will be provided in Port-a-cul transport tubes and provide quantitative data for the Centers for Disease Control and Prevention (CDC), CCID, NCHHSTP, Division of HIV/AIDS Prevention, Laboratory Branch. Based on the responses received from this SBSS notice, the proposed project may be solicited as a Small Business Set-Aside. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This SBSS is for information and planning purposes only and should be construed as a solicitation or as an obligation on the part of the Government. Project Requirements: 1. Conduct macaque quantitative vaginal and/or rectal microflora culture analysis assays for up to 600 specimens within 24 hours or less upon receiving each batch of macaque specimens provided by CDC in Port-a-Cul transport tubes. a. Quantitative cultures and bacterial identifications performed on each macaque specimen should include the following facultative and anaerobic isolates: 1) Facultative Isolates: Lactobacillus H2O2 positive and negatives; Gardnerella vaginalis; Diphtheroids; Group B, C, F, G Streptococci; Non-Group Beta Streptococcus; Enterococcus; Staphylococcus aureus; Coagulase-negative Staphylococci; Micrococcus; Escherichia coli; Aerobic Gram-Positive Rods; Aerobic Gram-Positive cocci; Other Gram-negative rods; Proteus; Bacillus; Viridans Strep H2O2 Positives and negatives 2) Anaerobic Isolates: Anaerobic Gram-negative rods Non-pigmented and Black Anaerobic Negative Rods 2. Provide written report containing data/results within 2 weeks or less of receiving each batch of macaque specimens Other Important Considerations: The vendor shall have the trained technician, expertise, and capacity to perform Vaginal and Rectal Microflora Analysis (of all listed isolates) of Nonhuman Primate samples sent in Port-a-Cul transport tubes within 24 hours or less upon receiving each batch of samples and provide results/data to CDC within two weeks or less of receiving the batch of samples. Anticipated Period of Performance: The anticipated period of performance is for 12 months from the date of order award. The Government shall provide/deliver up to 600 macaque specimens in Port-a-Cul transport tubes for analysis/testing during the 12-month performance period. Capability Statement/Information Sought: Small businesses that believe that they have the ability to satisfy all of the above stated Project Requirements, and who meet the stated size standards, are encouraged to submit a capability statement. The capability statements will be evaluated based on the information provided in relation statement. The capability statements will be evaluated based on the information provided in relation to the Project Requirements and the current in-house capacity to perform the work including: (a) staff availability, experience, and training; (b) prior completed projects of a similar nature; (c)corporate experience and management capabilities; and (d) examples of prior completed contacts, dollar value of the contracts, references, and other related information. On the first page of the capability statement, clearly state the small business concern's size status and type(s), name, address, point of contact, and DUNS number. The remainder of the capability statement should be tailored to the Project Requirements stated above and must demonstrate that similar work has been performed in the past, including the dollar value of that work. Information Submission Instructions: Capability statements should not exceed twenty (20), single-sided pages (including all attachments, e.g., resumes, charts, etc.), presented in single-spaced, 12-point font size minimum. All capability statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Arnette Mayhew, Contract Specialist, at hrb5@cdc.gov, in either MS Word, or Adobe Portable Document Format (PDF) by 4:00 PM Eastern Standard Time on April 29, 2011. All responses must be received by the specified due date and time in order to be considered. ANY RESPONSES RECEIVED AFTER THAT DATE AND TIME WILL NOT BE CONSIDERED. 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 determination will be made as to whether the project will or will not be set-aside for small businesses. At a later date, a pre-solicitation synopsis and solicitation (Request for Proposal - (RFP) may be published in Federal Business Opportunities. However, RESPONSES TO THIS NOTICE WILL NOT BE CONSIDERED ADEQUATE REPSONSES TO A SOLICITATION. Confidentiality: No propriety, 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. Primary Point of Contact: Arnette Mayhew Contract Specialist Email: hrb5@cdc.gov Phone: (770) 488-2883 Fax: (770) 488-2868
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/HHS-CDC-PGO-SBSS-PR-95614/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02421964-W 20110413/110411234638-dad9c0096b1621b42e7090542af1b649 (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 |