SOURCES SOUGHT
A -- SIMIAN VACCINE EVALUATION UNITS
- Notice Date
- 3/21/2012
- 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
- HHS-NIH-NIAID(AI)-SBSS-12-138
- Archive Date
- 4/19/2012
- Point of Contact
- Callie Prassinos, Phone: 3014960611, Michelle L Scala, Phone: 301-496-0612
- E-Mail Address
-
prassinosca@niaid.nih.gov, mscala@niaid.nih.gov
(prassinosca@niaid.nih.gov, mscala@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 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, Division of AIDS (DAIDS), has a requirement for the provision of support services for the NIAID/DAIDS preclinical research portfolio. The development of HIV vaccines and other prevention strategies relies on the use of nonhuman primates in preclinical studies to advance the development of effective AIDS vaccine candidates and to advance development of effective topical microbicides and other prevention modalities or immune-based therapies. Purpose and Objectives The NIAID Simian Vaccine Evaluation Unit (SVEU) contracts shall provide nonhuman primate resources that primarily support preclinical evaluation of AIDS vaccines and prevention strategies. The SVEUs conduct studies in support of vaccines being developed by a wide range of investigators. These studies complement NIAID-supported basic vaccine research and vaccine evaluation studies funded through R01 (investigator-initiated research) grants, HIVRAD (HIV Vaccine Research and Design Program) grants, IPCAVD (Integrated Preclinical-Clinical AIDS Vaccine Development) grants, and NHP Consortium awards. The SVEUs also perform studies of candidate vaccines offered by companies or other researchers. The SVEUs will use state-of-the-art techniques and technologies in evaluating promising AIDS prevention strategies in nonhuman primate models and will incorporate new and improved techniques and technologies into the studies conducted throughout the contract period. This is a recompetition of existing contracts entitled "Simian Vaccine Evaluation Units (SVEUs)" (contract number HHSN266200600005C with Advanced BioScience Laboratory, Inc., Rockville, Maryland, contract number HHSN266200600006C with the University of Washington, Seattle, Washington, and contract number HHSN266200600007C with BioQual, Inc., Rockville, Maryland. NIAID anticipates awarding two to four Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts to the organizations that best meet the overall qualifications needed to fulfill the technical requirements outlined in the Statement of Work. The base contracts will be awarded on or about May 1, 2013 for a period of 7 years, through April 30, 2020. Project Requirements The requirement includes four Task Areas as follows: Task Area 1: Administrative, Management, and Technical Support Core Activities, Task Area 2: Maintenance of Nonhuman Primates, Task Area 3: Conduct of Studies in Nonhuman Primates, and Task Area 4: Operation of a Nonhuman Primate Breeding Colony. Offerors must demonstrate capabilities to perform all of the work in Task Areas 1, 2, and 3, or the work in Task Area 4 alone. Offerors may submit capabilities to perform all work in Task Areas 1, 2, 3, and 4. If an offeror chooses to submit a capability statement for all Task Areas, the capabilities for Task Area 4 should be included in a separate section. Offerors should be capable of maintaining full and continuous accreditation of animal facilities by AAALAC (Association for Assessment and Accreditation of Laboratory Animal Care) [http://www.aaalac.org/accreditation/index.cfm], Office of Laboratory Animal Welfare (OLAW) Assurance [http://grants.nih.gov/grants/olaw/olaw.htm], and compliance with the Public Health Service Policy on Humane Care and Use of Laboratory Animals, including environmental enrichment http://grants.nih.gov/grants/olaw/references/phspol.htm. In addition, offerors must have the capability to house from 200 to 400 nonhuman primates undergoing study in BSL-2/3 facilities (a BSL-2 facility with BSL-3 controls) for both Simian immunodeficiency virus and Simian Human immunodeficiency virus (SIV/SHIV) infected animals. In addition, offerors must demonstrate the capability to house 50-100 nonhuman primates being held for study in BSL 2 facilities (as described http://www.cdc,giv/biosafety/publications/bmb15/). Facilities requirements for Task Area 2 include BSL-2 and BSL-2/3 housing (including quarantine space) to accommodate nonhuman primates owned by the Government but not yet ready or needed for studies. For Task Area 3, BSL-2/3 facilities (including quarantine space) will be required for performance of studies. Facilities requirements for Task Area 4 include small group housing to accommodate a maximum of 550 nonhuman primates over the 7 year period. Below is a general description of the Task Areas: Task Area 1 - Core Activities: Administrative and Technical Support: Under this Task Area the Contractor shall support work that will be performed on a regular, on-going basis including (i) general administration and financial management; (ii) project planning (iii) coordination of activities across all nonhuman primate activities awarded to an SVEU unit under Task Areas 2 and 3; (iv) receipt, storage and shipment of vaccines, virus stocks, study samples including cells, tissues, mucosal secretions, blood, sera, and plasma; (v) reporting and maintenance of data; and (vi) transition activities. Task Area 2 - Maintenance of Nonhuman Primates: Under this Task Area the Contractor shall provide support to obtain, transport, quarantine, house, care and maintain nonhuman primates that are not yet on study under Task Area 3. Task Area 3 - Conduct of Studies in Nonhuman Primates: Under this Task Area the Contractor shall (i) initiate Contracting Officer Representative (COR)-approved studies; (ii) obtain, transport, and provide for quarantine of nonhuman primates for specific studies, as needed; (iii) provide housing, care and maintenance of nonhuman primates; and (iv) conduct studies as described in the scope of the Task Orders. Studies under this Task Area may include: • immunogenicity and/or efficacy of candidate vaccines such as larger-scale studies of vaccines that have already demonstrated promise in nonhuman primates and immunogenicity testing of candidate HIV vaccines (or immunogenicity and efficacy of SIV vaccines which parallel HIV vaccines in approach) in anticipation of Phase I human clinical trials; • in vivo titrations of virus stocks and infection of nonhuman primates to generate or evaluate virus stocks; • route of immunization or route of infection, or other preliminary studies needed for subsequent vaccine study; • efficacy of passively administered antibodies, microbicides, and other anti-viral substances; • pilot studies of antiviral drugs and/or immunotherapy regimens; • pilot studies of new vaccines; • comparative studies of vaccines and/or adjuvants from multiple sources; and • studies with topically administered microbicides or other antiviral substances to block infection of non-human primates with virus administered vaginally or by other mucosal routes. Task Area 4 - Operation of a Nonhuman Primate Breeding Colony: Under this Task Area, the Contractor shall provide support for the operation and maintenance of a Specific Pathogen, Free (SPF) Indian-origin Rhesus macaque (Macaca mulatta) breeding colony dedicated to the support of NIAID research studies primarily conducted under the SVEU. Immediately upon award of the contract, the Government intends to award Task Orders in Task Area 1, Core Activities: Administrative Management, and Technical Support, Task Area 2, Maintenance of Nonhuman Primates, Task Area 3, Conduct of Studies in Nonhuman Primates, and Task Area 4, Operation of a Nonhuman Primate Breeding Colony. Task Area 1, Core Activities: Administrative and Technical Support: • Up to three Task Orders will be awarded as term/level of effort type contracts for a period of 1 year with options to extend the contracts on an annual basis for a maximum period of performance of 7 years. It is anticipated that up to 3 Task Orders will be issued to up to 3 separate contractors. The performance requirement will be the delivery of 1.30 full time equivalents per year. Task Area 2, Maintenance of Nonhuman Primates: • Up to three (3) Task Orders will be issued for maintenance of 20 nonhuman primates in BSL2/3 facilities. These Task Orders will be awarded as severable term form contracts including a performance requirement for delivery of 0.27 full time equivalents (FTEs) plus 7,300 animal days (20 nonhuman primates for 365 days) per contract per year. The Task Orders will be awarded for a 1 year period with options to extend the contracts annually for a maximum performance period of 7 years. In addition, options to purchase additional animals when existing nonhuman primates supported by this Task are used for studies conducted under Task Area 3 will be included in the Task Order. The purpose of the Options is to replenish the number of nonhuman primates in order to keep availability of the nonhuman primates at 20 on a continual basis. If an option is exercised, the contractor shall be required to purchase five (5) nonhuman primates. These options may be exercised up to five (5) times per year. It is anticipated that up to 3 Task Orders will be issued to up to 3 separate contractors. • One (1) Task Order will be issued for maintenance of 50 nonhuman primates in a BSL2 facility. This Task Order will be awarded as severable term form contract including a performance requirement for delivery of 0.05 FTE plus 18,250 animal days (50 nonhuman primates for 365 days) per year. The Task Order will be awarded for a 1 year period with options to extend the contracts annually for a maximum performance period of 3 years. It is anticipated that 1 Task Order will be issued to 1 contractor. • Future Task Orders will be issued as the need for maintenance of additional nonhuman primates arises. Task Area 3, Conduct of Studies in Nonhuman Primates • Five (5) Task Orders will be awarded for the completion of monitoring/follow-up studies of previously challenged nonhuman primates. These Task Orders will be awarded as nonseverable completion form contracts including a performance requirement for completion of the monitoring/follow-up studies and submission of a final study report. These studies will have a period of performance of approximately 6 to 12 months each. It is anticipated that 5 Task Orders will be issued to up to 3 separate contractors. • In addition, it is anticipated that six (6) to twelve (12) Task Orders will be issued per year for Task Area 3, Conduct of Studies in Nonhuman Primates, as nonseverable completion form contracts with a performance requirement for completion of studies and delivery of a final study report. Task Area 4, Operation of a Nonhuman Primate Breeding Colony • One (1) Task Order will be issued to provide support for appropriate housing, care and maintenance of 550 SPF non-human primates per year including breeding harems to achieve a production rate of 60-100 live births per year. This Task Order will be awarded as a severable term form contract including a performance requirement for delivery of 0.50 FTEs and 200,750 animal days per year (550 nonhuman primates for 365 days). The Task Order will be awarded for a 1 year period with options to extend the contract annually for a maximum performance period of 7 years. It is anticipated that 1 Task Order will be issued to 1 contractor. Anticipated Period of Performance: The anticipated period of performance is for seven years beginning May 1, 2013 through April 30, 2020. 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 federal, local and state regulations to ensure the continuity and validity of the resulting product. Responses must be submitted no later than April 4, 2012. 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 Callie Prassinos, 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-12-138. 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. Callie Prassinos 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: Callie Prassinos Email Address: prassinosca@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/HHS-NIH-NIAID(AI)-SBSS-12-138 /listing.html)
- Record
- SN02702289-W 20120323/120321235429-d31e38d25dadf777f94c3da87b5437f6 (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 |