SOURCES SOUGHT
88 -- Rodent Production for the Division of the National Toxicology Program (DNTP) and the National Institute of Environmental Health Sciences (NIEHS)
- Notice Date
- 8/30/2021 7:07:46 AM
- Notice Type
- Sources Sought
- NAICS
- 112990
— All Other Animal Production
- Contracting Office
- NATIONAL INSTITUTE OF HEALTH NIEHS MORRISVILLE NC 27560 USA
- ZIP Code
- 27560
- Solicitation Number
- NIEHSRodent8-30-2021
- Response Due
- 9/10/2021 1:00:00 PM
- Archive Date
- 09/25/2021
- Point of Contact
- Kristina Filardo, Phone: 984.287.3024, Jennifer L. Smith, Phone: 984.287.3059
- E-Mail Address
-
filardok@niehs.nih.gov, smithj3@niehs.nih.gov
(filardok@niehs.nih.gov, smithj3@niehs.nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 business; 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 NAICS code for this project is 112990 - All Other Animal Production. The small business size standard is $1 million. BACKGROUND The National Institute of Environmental Health Sciences (NIEHS), located in the Research Triangle Park, North Carolina, is one of the 27 Institutes and Centers comprising the National Institutes of Health. The NIEHS is a multidisciplinary research institution with the primary mission of conducting research to discover how the environment influences the development and progression of human disease to promote healthier lives. NIEHS focuses on basic science, disease-oriented research, global environmental health, clinical research, and multidisciplinary training for researchers. The Division of the National Toxicology Program (DNTP) within the National Institute of Environmental Health Sciences (NIEHS) is an interagency program whose mission is to evaluate agents of public health concern by developing and applying tools of modern toxicology and molecular biology. The program maintains an objective, science-based approach in dealing with critical issues in toxicology and is committed to using the best science available to prioritize, design, conduct, and interpret its studies.� The evaluation of chemicals and other agents is generally conducted through a sequence of studies, which involve the exposure of laboratory rodents to these agents.� Rats and mice are appropriate models for evaluating the toxicologic and carcinogenic potential of these compounds.� The NTP utilizes the B6C3F1/N hybrid mouse and various rat stocks/strains to evaluate this potential.� PROJECT REQUIREMENTS The NIEHS seeks capability statements from qualified small businesses to establish, operate and maintain rodent production colonies under strict barrier conditions to produce B6C3F1/N mice for the National Toxicology Program (NTP) research and testing program.� A draft copy of the Statement of Work (SOW) is attached to this notice for review. The draft SOW describes the activities and requirements of the prospective contract. Interested organizations are to use the draft SOW to prepare capability statements in response to this notice.� MANDATORY REQUIREMENTS� The contractor and any proposed subcontractors shall have an approved Animal Welfare Assurance on file with the NIH Office of Laboratory Animal Welfare (OLAW) and shall be accredited by AAALAC International at the time of contract award.� All facilities, practices and procedures of husbandry, care and maintenance of animals used in the performance of this contract shall be in compliance with the Public Health Service (PHS) Policy on Humane Care and Use of Laboratory Animals, the Animal Welfare Act Regulations, the current edition of the Guide for the Care and Use of Laboratory Animals (the Guide), and all local, state and federal regulations.� The Contractor shall have an active integrated pest management (IPM) program to prevent the introduction of pathogenic agents to animals housed in the isolator/barrier facilities.� Failure to meet these minimum mandatory requirements will render any offeror�s proposal non-responsive and it will not be considered for award. OTHER IMPORTANT CONSIDERATIONS Contract Type and Contractor�s Accounting System It is anticipated that the resultant contract will be a cost reimbursement type contract.� Therefore, to be considered for an award under the resultant solicitation, the offeror�s accounting system and practices must be adequate and suitable for accumulating costs under government contracts. �The offeror must further certify that the accounting system is currently in full operation. Anticipated Period of Performance: The anticipated period of performance will be 5 years.� The expected award date will be March 31, 2022. CAPABILITY STATEMENT / INFORMATION SOUGHT / SUBMISSION INSTRUCTIONS If your organization has the capability to perform these contract services, please provide tailored capability statements with appropriate documentation supporting claims of organizational and staff capability to perform the project requirements outlined in the draft SOW, including information regarding prior completed projects of similar nature. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Each response should also include the following business information: DUNS number Organization Name Company Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Do you have a Government approved accounting system? If so, please identify the agency that approved the system. Business size pursuant to the applicable NAICS code(s) corresponding to your primary business activities. Socio-economic status pursuant to the applicable NAICS code(s) corresponding to your primary business activities (e.g., 8(a), HUBZone, VOSB, SDVOSB, WOSB, or SDB). Capability statements should be submitted electronically to Kristina Filardo at filardok@nih.gov. Responses are requested on or before 4:30 p.m. EST, September 10, 2021.� Responses should be typed in 10 to 12-point font, single-spaced submitted in Adobe PDF format and shall not exceed fifteen (15) pages. Standard product brochures will not be considered a sufficient response to this sources sought synopsis. Based on the responses to this sources sought notice, this requirement may be set-aside for small businesses or procured through full and open competition. TELEPHONE AND FACSIMILE RESPONSES WILL NOT BE ACCEPTED. Submit all questions in writing, via email to:� filardok@nih.gov.� All questions must be submitted no later than 4:30 p.m. EST, September 7, 2021.� Telephone inquiries will NOT be accepted. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fe21855c2c6c4263a15a1014246a1a5e/view)
- Place of Performance
- Address: Durham, NC 27709, USA
- Zip Code: 27709
- Country: USA
- Zip Code: 27709
- Record
- SN06116712-F 20210901/210831201832 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |