Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2012 FBO #3700
SOURCES SOUGHT

R -- Animal Care Services for the National Institute on Drug Abuse Intramural Research Program

Notice Date
1/9/2012
 
Notice Type
Sources Sought
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SBSS-12-013
 
Point of Contact
Susan Nsangou, Phone: 3014432104
 
E-Mail Address
nsangous@mail.nih.gov
(nsangous@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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; woman-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. The National Institute on Drug Abuse, Intramural Research Program (IRP) has a requirement for animal research support services to IRP investigators. These services include but are not limited to animal husbandry for rodents, non-human primates, invertebrates, and other species; using rodents to create novel genetic models; breeding novel genetic models, performance of molecular biology techniques which include the safe use of ABSL 2/3 viruses and customized genotyping assays and IVF techniques; surgical services, and other specialized services required as new animal research protocols are introduced by IRP investigators. The Contractor shall provide a wide range of technical support services required for the proper care, use, and humane treatment of laboratory animals. The Contractor shall provide a wide range of technical services required for the scientific study and manipulation of animals and animal products. This may require MS and PhD level scientists to perform in-vitro and in-vivo research. Functions provided by the Contractor include board certified veterinary medical assistance, animal care, and technical support; production, breeding, weaning, and sampling transgenic rodents; cage and environmental sanitation; routine operation and maintenance of animal care equipment including cage washers, autoclaves, gas sterilizers and supplies; inventory control, and data entry and management; personnel, animal, and equipment transportation; logistical, clerical and administrative support; and, supervision and management of Contractor staffwith corporate supervision and support of on-site managers. Ability to secure visas and homeland security clearance for employees may be necessary. The Contractor shall support animal projects in neurosciences including performance of operant behavioral testing paradigms and imaging procedures in mice, rats and non-human primates All contract activities must be responsive to the National Institutes of Health's research requirements, comply with criteria for accreditation promulgated by the Association for Assessment and Accreditation of Laboratory Animal Care, and conform to policies and procedures for the care and use of laboratory animals by the Public Health Service and the National Institutes of Health. The Government is requesting information regarding respondents': (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. Respondents are requested to provide DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code. Respondents are requested to provide the capability statements in pdf format and emailed to simpsoi@mail.nih.gov by the stated date and time. Statements should not exceed 10 pages. 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 pre-solicitation synopsis and solicitation may be published in 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(s.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SBSS-12-013/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, United States
 
Record
SN02651268-W 20120111/120109234523-56c84c0c47289da8e1819123eb5d32f9 (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.