SOURCES SOUGHT
H -- Histological/Pathology Supply and Services
- Notice Date
- 2/22/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- Histological_Pathology_Supply_and_Services
- Archive Date
- 3/13/2016
- Point of Contact
- Sharew Hailu, Phone: 3016199201
- E-Mail Address
-
sharew.hailu.civ@mail.mil
(sharew.hailu.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) Histological/Pathology Supply and Services General Information: This is an RFI as defined in FAR 15.201(e) to ascertain whether a commercial item exists that provides the capabilities described herein. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information. Nonetheless, submitters should properly mark their responses if the information is confidential. Responses to the RFI will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expense associated with responding to this RFI. RFI Response and due date: 2/27/2016 Instructions to Responders: Responses from all capable and qualified sources are encourgaged to respond to this request. White papers should adhere to the following formatting and outline instructions: 1. All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF. 2. Cover Page (1page) •Title •Organization •Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) •Topic area(s) addressed 3. Please note that the response shall provide sufficient technical data to determine how you fully meet the requriements as specified in the Peformance Work Statement. Please note that responses are due no later than 27 Februrary, 2016. The preferred method of submission is via email. The point of contact for this action is Sharew Hailu, Contract Specialist Sharew.Hailu.civ@mail.mil. Only electronic responses are requested. No evaluation letters and/or results will be issued to the respondents. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. NO PHONE CALLS PLEASE. It is the responsibility of any potential offeror to monitor this site for the release of any solicitation or synopsis. Performance Work Statement 1. Background: The U.S. Army Research Institute of Environmental Medicine (USARIEM) in Natick, MA supports research experimentation that requires the collection and analysis of various rodent tissues with the goal of determining strategies to avoid heat injury to warriors. To support these efforts, USARIEM has the requirement for the following contracted services. 2. Requirements: General Requirements. The contractor shall provide services in support of USARIEM animal protocols (e.g. 14-07A and 14-08A). An histological lab will receive tissues (in 70% ethanol) from mice and/or rats. They will histologically process these tissues so that slices can be cut, mounted on slides, and then either be stained (e.g. H&E, TUNEL) and/or left unstained. The resulting slides will be evaluated by a Pathologist who will provide a written report along with digital photomicrography of any abnormal findings. Also, at least one representative photo from each treatment groups should be provided. b. Specific Requirements: The contractor will: 1) Each of the mice or rats will be represented by tissues (e.g. liver, kidney, etc.) The tissues will be histotologically processed such that sections can be taken for light microscopy viewing. After processing tissues will be embedded in paraffin blocks (1 block/mouse, 2 blocks/rat) and sections will be cut and mounted on labeled slides (one set of slides for each projected staining procedure). At this point the slides may be stained (e.g. H&E, TUNEL, etc.) and/or left unstained. 2) A pathology evaluation will be performed on stained slides by a credentialed Pathologist of each tissue embedded in the above mentioned blocks. This evaluation shall be documented in a printed report using a grading format and criteria of evaluation that is the standard of the industry. This criteria consisted of categorizing the severity of tissue lesions using a "grading system" of 0-4 where 0 = no change, 1 = minimal, 2 = mild, 3 = moderate, and 4 = severe. The Pathologist shall be responsive to inquiries from this laboratory with regard to the need for further explanation or detail of the results provided. 3) Abnormal/unusual findings shall be documented with digital photographs (with inserted graphics such as arrows to pinpoint the areas described in the written report), and at least one representative photo from each treatment group should be provided. The photographic quality must be clear enough and at a magnification such that the findings described in the accompanying report can be visualized. Whatever magnification is chosen (e.g. 200x) should be consistent among the treatment groups to allow for direct comparisons (an inserted "micron bar" would provide added assurance). The photo documentation shall be provided in electronic (e.g. CD) format within the same package as the final written report. Prior to mailing out the final written report the contractor shall provide an electronic "draft" copy of the report for review/approval. 4) The contractor will ship all histological materials (e.g. vials, tissues, paraffin blocks, stain/unstained slides, etc.) to lab of origination, and if necessary the contractor will provide slide boxes to hold the prepared materials. 3. Period of Performance: The estimated period of performance is: 1-MAY-2016 through 20-APR-2021. 4. Travel: None 5. Security: A security clearance is not required for this work. 6. Personnel Qualifications: a.General Experience. Histological processing shall be accomplished by technical personnel experienced in processing and staining animal tissues. b.Specialized Experience: Pathology evaluations shall be performed by a credentialed Pathologist with experience in evaluating stained animal tissues. 7. Government Furnished Equipment/Information/Computer Utilization: N/A 8. Other Direct Costs (ODC's): None. 9. Deliverables: A written pathology report will be provided. This report shall use a grading format and criteria of evaluation that is the standard of the industry. This criteria consists of categorizing the severity of tissue lesions using a "grading system" of 0-4 where 0 = no change, 1 = minimal, 2 = mild, 3 = moderate, and 4 = severe. TUNEL-stained tissues can be evaluated using a similar qualitative method. Also, photo documentation shall be provided in electronic (e.g. CD) format within the same package as the final written report. 10. Place of Performance: The primary place of performance for this work will be the laboratories of the contractor. 11. Contract Management/Activity Report: The contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective scientific services performed in accordance with the requirements contained in the statement of work. 12. Contractor Manpower Reporting The contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: (a)Contracting Officer, Contracting Officer, Contracting Officer's Technical Representative (b)Contract number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, email address, identify of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W03WAA) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 3 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/Histological_Pathology_Supply_and_Services/listing.html)
- Place of Performance
- Address: U.S. Army Research Institute of Environmental Medicine, Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04027522-W 20160224/160222235143-2f3b46eb80020cf4c0230b122601dca6 (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 |