Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOURCES SOUGHT

A -- Reagent Resource Support Program for AIDS Vaccine Development

Notice Date
7/25/2016
 
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, 5601 Fishers Lane, 3rd Floor, MSC 9821, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIAID-SBSS-16-069
 
Archive Date
8/23/2016
 
Point of Contact
Rosemary Gomes, Phone: 240-669-5374, Michelle L Scala, Phone: 240-669-5156
 
E-Mail Address
Rosemary.Gomes@nih.gov, mscala@niaid.nih.gov
(Rosemary.Gomes@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; 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. THIS IS STRICLY MARKET RESEARCH. NIAID/DAIDS WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH. Background The discovery and development of an AIDS vaccine remains among the highest research priorities of the National Institute of Allergy and Infectious Diseases (NIAID), and is a principal mission of NIAID's Division of AIDS (DAIDS). To support this mission, NIAID has provided high-quality, novel, and targeted reagents, assays and services for investigators engaged in AIDS vaccine-related research, including NIAID-funded grantees and contractors, other NIH-funded researchers, and investigators supported through various Non-Governmental Organizations (NGOs). These services are provided through this contract by investigator request and NIAID staff approval. The current contract for this work is entitled " Reagent Resource Support Program for AIDS Vaccine Development" and the incumbent contractor is Quality Biological Inc., contract number HHSN272201100023C. Purpose and Objectives The purpose of the proposed contract will be to produce, procure, store, ship, and maintain an up-to-date inventory of high-quality reagents and assays in support of preclinical and clinical AIDS vaccine research. Project Requirements The Contractor must have the capabilities to: 1) procure, purify, and test reagents, including, for example: viral proteins and peptides, virus stocks, monoclonal and polyclonal antibodies, topical microbicides, vaccine vectors, vaccine adjuvants and cytokines, and any additional reagents deemed necessary for the NIAID DAIDS Vaccine Research Program; 2) perform genetic cloning and sequencing; 3) acquire the needed reagents, assays, and/or services used to evaluate AIDS vaccine safety and immunogenicity; 4) analyze all reagents for purity and integrity, and provide for their quality control and assurance; and 5) provide for receipt and inventory tracking, storage, maintenance, and distribution of all reagents. Anticipated period of performance It is anticipated that one (1) cost reimbursement, level-of-effort (term) type contract will be awarded. The period of performance will be for one (1) year (Base Period) plus six (6) one-year options (terms) that may be exercised by the Government unilaterally, for a total possible performance period of seven (7) years, beginning on or about January 7, 2018. The requirement will be for the delivery of 2.00 full time equivalents (FTEs) per year for the Base Period (Year 1) and each option period (Years 2 through 7). In addition to the above functions and services to be provided for the Base period, the Government may exercise, at its discretion, Options for additional level of effort to accommodate significant increases in work. These Options are defined as follows: Option 1 - 6: Extend the Term of the Contract: The Government may exercise options to extend the term of the contract beyond the Base period (Year 1), annually, for a total contract period of up to 7 years of the performance. The total period of performance resulting from the base period plus all potential Term Options is 7 years. Assume that the scope and types of activities as outlined for the Base Period (Year 1 of the contract) would be continued for each succeeding annual contract period. Options 7-20 Increased Level of Effort: The Government may exercise options for increased level of effort that may result from unanticipated increases in demand. Up to Two (2) Options per year may be exercised during years 1 through 7 of contract performance. Should the Government elects to exercise these Options, the Contractor shall provide an additional 1.0 FTE for each option exercised. The period of performance of an Option for Increased Services will not exceed the term of the base year or the Option year in which the Option is exercised. 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 respondents must submit a capability statement (five page limitation, excluding resumes) describing their company's experience and ability to perform this effort which includes the following: (1) a summary list of similar work previously performed for being 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 Project Director, which 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. 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 activities set forth in the Statement of Work (SOW). The Respondent may need to utilize the expertise and resources of subcontractors and specialized consultants to provide the full spectrum of requested activities. The Respondent shall be responsible for all work performed under this contract including that performed by any subcontractors and consultants. The Respondent will ensure that any and all processes meet international, federal, local and state regulations to ensure the continuity and validity of the resulting product. Page Limitations: Interested qualified small business organizations should submit a tailored Capability Statement not to exceed 5 pages, excluding resumes. Capability Statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Font size must be 10 to 12 points. Spacing must be no more than 15 characters per inch. Within a vertical inch, there must be no more than six lines of text. Print margins must be at least one-inch on each edge of the paper. Print setup should be single-sided on standard letter size paper (8.5 x 11" in the U.S., A4 in Europe). All proprietary information should be marked as such. Required Business Information: DUNS • Company Name • Company Address • Company Point of Contact, Phone and Email address • Current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought • Do you have a Government approved accounting system? If so, please identify the agency that approved the system. • Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR) located at https://www.sam.gov/index.html/#1. This indication should be clearly marked on the first page of your Capability Statement (preferable placed under the eligible small business concern's name and address). Number of Copies: Please submit one (1) electric copy of your response as follows: All Capability Statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via e-mail) to Rosemary Gomes, Contract Specialist, at rosemary.gomes@nih.gov in MS Word or Adobe Portable Document Format (PDF). The e-mail subject line must specify HHS-NIH-NIAID-SBSS-16-069. Facsimile responses will not be accepted. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than 1:30 p.m., local time August 8, 2016. CAPABILITY STATEMENTS RECEIVED AFTER THIS 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 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/NIAID/HHS-NIH-NIAID-SBSS-16-069/listing.html)
 
Record
SN04195172-W 20160727/160726000313-aa2e334fc2caafef3bdaa814abd29662 (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.