Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2022 SAM #7344
SOLICITATION NOTICE

Q -- Wound-healing assay in mice for the National Center for Advancing Translational Sciences (NCATS)

Notice Date
1/7/2022 8:42:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00076
 
Response Due
1/21/2022 6:00:00 AM
 
Archive Date
02/05/2022
 
Point of Contact
Nick Niefeld, Phone: 3018272094
 
E-Mail Address
nick.niefeld@nih.gov
(nick.niefeld@nih.gov)
 
Description
COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Wound-healing assay in mice for the National Center for Advancing Translational Sciences (NCATS) RFQ: 75N95022Q00076 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 75N95022Q00076 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-03, with effective date January 1, 2022. The associated NAICS code 541380 Testing Laboratories and the small business size standard is $16.5M. This requirement is for full and open competition with no set-aside restrictions. DESCRIPTION This requirement is for full thickness, excisional wound-healing assays services in mice. NCATS shall use the data to evaluate the regenerative potential of drugs (2 compounds, each tested at 2 different doses in parallel) for its ongoing research studies. The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, to ultimately translate basic science into real products and services that help improve people�s lives. Included in this process is the development of unique chemical material as a probe to investigate the mechanisms of tissue regeneration and to potentially assist in the development of new methods of treating human disease. NCATS requires a contractor to perform full thickness, excisional wound-healing assays in mice, to evaluate the regenerative potential of novel drugs that are being developed at NCATS. The data from these assays is of key interest into determining the biological effects of these molecules in-vivo. General Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: The Contractor shall perform full-thickness, excisional wound-healing assays in normal mice as follows. Two compounds will be tested at two doses for each compound, with an n=8 for each compound and dose. Additionally, a control group of 8 wounds dosed with placebo will be included. A total of 40 wounds will be utilized (8 placebo, 32 dosed with compound) Compounds will be formulated in 30% F127 Pluronic gel, or alternate formulation as needed 2. Treatment regimen: treatments will start immediately after wound-induction at day zero, and will proceed for at least 2 weeks, or until healing of the control treated wounds is completed. Compounds will be topically administered directly into the wound beds once every two days, for the entire duration of the experiment. A Tegaderm cover dressing will be place over the wounds after each treatment. 3. Animal-monitoring: all mice will be check daily for mortality, behavior and general condition. All mice will be weighted 3 times per week throughout the experiment. 800-552-9951 4. Wound-monitoring: all wounds will be observed and imaged every other day throughout the experiment. The� wound area will be determined from photos taken every other day and the time required for complete healing of each wound will be determined accordingly. A� statement on the tolerance to treatments with reporting of all observations made during the experiment (inflammation, redness, infection, maceration etc.) will be generated. 5. A comprehensive report will be issued a the end of the study. The report will include the protocol, all methods used for the study, all photographs taken during the study, and a quantitative comprehensive analysis, which may include digital planimetry, in order to definitively compare the relative speed of wound healing between the doses. This analysis will include proper statistical analysis for comparison and give significance (in p values) for differences observed between groups. Government Responsibilities: Government will not furnish property, facilities, workspace, computers, or other equipment. Contractor will not use federal facilities. Government will have the responsibility to review and approve the final report. Government will provide the chemical samples to the contractor to accomplish the above requirements. Delivery or Deliverables: Bi-weekly progress report Final Report As noted in the Requirements section above, the Contractor shall provide a comprehensive final report for the contents of this statement of work and shall be submitted electronically to [To be specified prior to award]. Reporting Requirements: Every two weeks, or more often as required by e-mail, with an update on the progress of the project. POC: [To be specified prior to award] Final report due at the completion of the work will be provided to NCATS. Report will cover the results of excisional wound-healing assays in mice, to evaluate the regenerative potential of drugs (2 compounds, each tested at 2 different doses in parallel). The lead scientist at Contractor�s facility will report on the status of the ongoing work via phone, e-mail, meetings, or presentations. Please refer to Attachment 1 � Statement of Work. ------ The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 4 months from the effective date of purchase order award. ------ TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (NOV 2021), applies to this acquisition. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (NOV 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2021) The following provisions apply to this acqusition and are included in full text: HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) �(a) Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Standards (36 CFR part 1194), require that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities, unless an undue burden would be imposed on the agency. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal agency, have access to and use of information and data that is comparable to that provided to the public who are not individuals with disabilities, unless an undue burden would be imposed on the agency. (b) Accordingly, any offeror responding to this solicitation must comply with established HHS EIT accessibility standards. Information about Section 508 is available at http://www.hhs.gov/web/508. The complete text of the Section 508 Final Provisions can be accessed at http://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards. (c) The Section 508 accessibility standards applicable to this solicitation are stated in the clause at 352.239-74, Electronic and Information Technology Accessibility. In order to facilitate the Government�s determination whether proposed EIT supplies meet applicable Section 508 accessibility standards, offerors must submit an HHS Section 508 Product Assessment Template, in accordance with its completion instructions. The purpose of the template is to assist HHS acquisition and program officials in determining whether proposed EIT supplies conform to applicable Section 508 accessibility standards. The template allows offerors or developers to self-evaluate their supplies and document�in detail�whether they conform to a specific Section 508 accessibility standard, and any underway remediation efforts addressing conformance issues. Instructions for preparing the HHS Section 508 Evaluation Template are available under Section 508 policy on the HHS website http://www.hhs.gov/web/508. In order to facilitate the Government�s determination whether proposed EIT services meet applicable Section 508 accessibility standards, offerors must provide enough information to assist the Government in determining that the EIT services conform to Section 508 accessibility standards, including any underway remediation efforts addressing conformance issues. (d) Respondents to this solicitation must identify any exception to Section 508 requirements. If a offeror claims its supplies or services meet applicable Section 508 accessibility standards, and it is later determined by the Government, i.e., after award of a contract or order, that supplies or services delivered do not conform to the described accessibility standards, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense. (End of provision) FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acqusition.gov https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-25, Prohibition on Contract for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (NOV 2021). Addendum to this FAR clause applies to this acquisition and is attached. 52.227-14 Rights in Data-General (MAY 2014) The following clauses apply to this acqusition and are included in full text: HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (a) In addition to complying with the clause at FAR 52.222-26, Equal Opportunity, the Contractor shall, in good faith, cooperate with the Department of Health and Human Services (Agency) in investigations of Equal Employment Opportunity (EEO) complaints processed pursuant to 29 CFR part 1614. For purposes of this clause, the following definitions apply: (1) Complaint means a formal or informal complaint that has been lodged with Agency management, Agency EEO officials, the Equal Employment Opportunity Commission (EEOC), or a court of competent jurisdiction. (2) Contractor employee means all current Contractor employees who work or worked under this contract. The term also includes current employees of subcontractors who work or worked under this contract. In the case of Contractor and subcontractor employees, who worked under this contract, but who are no longer employed by the Contractor or subcontractor, or who have been assigned to another entity within the Contractor�s or subcontractor�s organization, the Contractor shall provide the Agency with that employee�s last known mailing address, e-mail address, and telephone number, if that employee has been identified as a witness in an EEO complaint or investigation. (3) Good faith cooperation cited in paragraph (a) includes, but is not limited to, making Contractor employees available for: (i) Formal and informal interviews by EEO counselors or other Agency officials processing EEO complaints; (ii) Formal or informal interviews by EEO investigators charged with investigating complaints of unlawful discrimination filed by Federal employees; (iii) Reviewing and signing appropriate affidavits or declarations summarizing statements provided by such Contractor employees during the course of EEO investigations; (iv) Producing documents requested by EEO counselors, EEO investigators, Agency employees, or the EEOC in connection with a pending EEO complaint; and (v) Preparing for and providing testimony in depositions or in hearings before the MSPB, EEOC and U.S. District Court. (b) The Contractor shall include the provisions of this clause in all subcontract solicitations and subcontracts awarded at any tier under this contract. (c) Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate this contract for default. (End of clause) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) (a) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) supplies and services developed, acquired, or maintained under this contract or order must comply with the �Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards� set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the �Access Board�) in 36 CFR part 1194. Information about Section 508 is available at http://www.hhs.gov/web/508. The complete text of Section 508 Final Provisions can be accessed at http://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards. (b) The Section 508 accessibility standards applicable to this contract or order are identified in the Statement of Work or Specification or Performance Work Statement. The contractor must provide any necessary updates to the submitted HHS Product Assessment Template(s) at the end of each contract or order exceeding the simplified acquisition threshold (see FAR 2.101) when the contract or order duration is one year or less. If it is determined by the Government that EIT supplies and services provided by the Contractor do not conform to the described accessibility standards in the contract, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (c) The Section 508 accessibility standards applicable to this contract are: _______________________________________________________________ (Contract staff must list applicable standards) (d) In the event of a modification(s) to this contract or order, which adds new EIT supplies or services or revises the type of, or specifications for, supplies or services, the Contracting Officer may require that the contractor submit a completed HHS Section 508 Product Assessment Template and any other additional information necessary to assist the Government in determining that the EIT supplies or services conform to Section 508 accessibility standards. Instructions for documenting accessibility via the HHS Section 508 Product Assessment Template may be found under Section 508 policy on the HHS website: (http://www.hhs.gov/web/508). If it is determined by the Government that EIT supplies and services provided by the Contractor do not conform to the described accessibility standards in the contract, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (e) If this is an Indefinite Delivery contract, a Blanket Purchase Agreement or a Basic Ordering Agreement, the task/delivery order requests that include EIT supplies or services will define the specifications and accessibility standards for the order. In those cases, the Contractor may be required to provide a completed HHS Section 508 Product Assessment Template and any other additional information necessary to assist the Government in determining that the EIT supplies or services conform to Section 508 accessibility standards. Instructions for documenting accessibility via the HHS Section 508 Product Assessment Template may be found at http://www.hhs.gov/web/508. If it is determined by the Government that EIT supplies and services provided by the Contractor do not conform to the described accessibility standards in the provided documentation, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (End of clause) The Quoters to include a completed copy of the provision at FAR clause 52.212-3 (NOV 2021), Offeror Representations and Certifications-Commercial Items, with its offer. Offerors must complete and return the FAR representation 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) and 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) pursuant to FAR 4.2103 Procedures (attached). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2021), applies to this acquisition. Addendum(s) to this FAR clause applies to this acquisition and are attached: FAR 52.212-4 Addendum � Supplier License Agreements FAR 52.212-4(g), Invoice, is supplemented by: NIH Invoice and Payment Instructions (2/2021) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2022), applies to this acquisition and is attached in full text. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. SPECIAL CONTRACT REQUIREMENTS INVOLVING LIVE VERTEBRATE ANIMALS The services under this contract involves live vertebrate animals. Quoters must have an active OLAW Animal Welfare Assurance. In addition, Quoters must include with its quotation: Vertebrate Animal Section (VAS) (see below) Institutional Animal Care and Use Committee (IACUC) project approval. The date of IACUC approval must not be more than 36 months prior to the anticipated date of award. Vertebrate Animals Section (VAS). The VAS should be no more than two (2) pages and must address the following criteria: Description of Procedures. Provide a concise description of the proposed procedures to be used that involve vertebrate animals in the work outlined in the Statement of Work. Identify the species, strains, ages, sex and total number of animals by species to be used in the proposed work. Justifications. Provide justification that the species are appropriate for the proposed research. Explain why the research goals cannot be accomplished using an alternative model (e.g., computational, human, invertebrate, in vitro). Minimization of Pain and Distress. Describe the interventions including analgesia, anesthesia, sedation, palliative care and humane endpoints to minimize discomfort, distress, pain and injury. Euthanasia. State whether the method of euthanasia is consistent with the recommendations of the American Veterinary Medical Association (AVMA) Guidelines for the Euthanasia of Animals. If not, describe the method and provide a scientific justification. For more discussion regarding the VAS, see NIH Guide Notice NOT-OD-16-006 at: http://grants.nih.gov/grants/guide/notice-files/NOT-OD-16-006.html. The VAS Worksheet is provided as an attachment to this solicitation to assist in the preparation of the VAS. Animal Welfare. All research involving live, vertebrate animals shall be conducted in accordance with the Public Health Service Policy on Humane Care and Use of Laboratory Animals (PHS Policy). The PHS Policy can be accessed at: http://grants1.nih.gov/grants/olaw/references/phspol.htm. In addition, the research involving live vertebrate animals shall be conducted in accordance with the description set forth in the Vertebrate Animal Section (VAS) of the Contractor�s quotation. The following HHSAR provision and clause applies to this acqusition and is included in full text: HHSAR 352.270-5a Notice to Offerors of Requirement for Compliance with the Public Health Service Policy on Humane Care and Use of Laboratory Animals (December 18, 2015) The Public Health Service (PHS) Policy on Humane Care and Use of Laboratory Animals (PHS Policy) establishes a number of requirements for research activities involving animals. Before awarding a contract to an offeror, the organization shall file, with the Office of Laboratory Animal Welfare (OLAW), National Institutes of Health (NIH), a written Animal Welfare Assurance (Assurance) which commits the organization to comply with the provisions of the PHS Policy, the Animal Welfare Act, and the Guide for the Care and Use of Laboratory Animals (National Academy Press, Washington, DC). In accordance with the PHS Policy, offerors must establish an Institutional Animal Care and Use Committee (IACUC), qualified through the experience and expertise of its members, to oversee the institution�s animal program, facilities, and procedures. Offerors must provide verification of IACUC approval prior to receiving an award involving live vertebrate animals. No award involving the use of animals shall be made unless OLAW approves the Assurance and verification of IACUC approval for the proposed animal activities has been provided to the Contracting Officer. Prior to award, the Contracting Officer will notify Contractor(s) selected for projects involving live vertebrate animals of the Assurance and verification of IACUC approval requirement. The Contracting Officer will request that OLAW negotiate an acceptable Assurance with those Contractor(s) and request verification of IACUC approval. For further information, contact OLAW at NIH, 6705 Rockledge Drive, RKL1, Suite 360, MSC 7982 Bethesda, Maryland 20892-7982 (E-mail: olaw@od.nih.gov; Phone: 301�496�7163). (End of provision) HHSAR 352.270-5b Care of Live Vertebrate Animals (December 18, 2015) (a) Before undertaking performance of any contract involving animal-related activities where the species is regulated by the United Sates Department of Agriculture (USDA), the Contractor shall register with the Secretary of Agriculture of the United States in accordance with 7 U.S.C. 2136 and 9 CFR sections 2.25 through 2.28. The Contractor shall furnish evidence of the registration to the Contracting Officer. (b) The Contractor shall acquire vertebrate animals used in research from a dealer licensed by the Secretary of Agriculture under 7 U.S.C. 2133 and 9 CFR sections 2.1-2.11, or from a source that is exempt from licensing under those sections. (c) The Contractor agrees that the care, use, and intended use of any live vertebrate animals in the performance of this contract shall conform with the Public Health Service (PHS) Policy on Humane Care of Use of Laboratory Animals (PHS Policy), the current Animal Welfare Assurance (Assurance), the Guide for the Care and Use of Laboratory Animals (National Academy Press, Washington, DC) and the pertinent laws and regulations of the United States Department of Agriculture (see 7 U.S.C. 2131 et seq. and 9 CFR subchapter A, Parts 1-4). In case of conflict between standards, the more stringent standard shall govern. (d) If at any time during performance of this contract, the Contracting Officer determines, in consultation with the Office of Laboratory Animal Welfare (OLAW), National Institutes of Health (NIH), that the Contractor is not in compliance with any of the requirements and standards stated in paragraphs (a) through (c) above, the Contracting Officer may immediately suspend, in whole or in part, work and further payments under this contract until the Contractor corrects the noncompliance. Notice of the suspension may be communicated by telephone and confirmed in writing. If the Contractor fails to complete corrective action within the period of time designated in the Contracting Officer�s written notice of suspension, the Contracting Officer may, in consultation with OLAW, NIH, terminate this contract in whole or in part, and the Contractor�s name may be removed from the list of those contractors with Animal Welfare Assurances. Note: The Contractor may request registration of its facility and a current listing of licensed dealers from the Regional Office of the Animal and Plant Health Inspection Service (APHIS), USDA, for the region in which its research facility is located. The location of the appropriate APHIS Regional Office, as well as information concerning this program may be obtained by contacting the Animal Care Staff, USDA/APHIS, 4700 River Road, Riverdale, Maryland 20737 (E-mail: ace@aphis.usda.gov; website: http://www.aphis.usda.gov/wps/portal/aphis/ourfocus/animalwelfare). (End of clause) ------ EVALUATION FACTORS FOR AWARD 1. GENERAL� Selection of offeror for contract award will be based on an evaluation of quotations against three factors. The factors in order of importance are mandatory qualification, technical, cost, and past performance. Although technical factors are of paramount consideration in the award of the contract, cost/price are also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost.�The Government intends to make award to the offeror whose quote provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the SOLICITATION. The merits of each quotation will be evaluated carefully. Each quotation must document the feasibility of successful implementation of the requirements of the SOLICITATION. Offerors must submit information sufficient to evaluate their quotations based on the detailed�factors listed below. 2. COST/PRICE EVALUATION Offeror(s) cost/price quotation will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. 3. MANDATORY TECHNICAL QUALIFICATION CRITERIA Listed below are mandatory qualification criteria. The qualification criteria establish conditions that must be met in order for your quotation to be considered any further for award.������ Mandatory Qualification Criteria Acceptable or Unacceptable ANIMAL WELFARE This research involves the use of animals. For all proposed animal facilities (prime and subcontractor), the Offeror must demonstrate understanding and compliance with the NIH Guide for Care and Use of Laboratory Animals: Have an approved Animal Welfare Assurance from the Office of Extramural Research (OER), Office of Laboratory Animal Welfare (OLAW) (http://www.grants.nih.gov/grants/olaw/olaw.htm), Office of the Director, NIH, as required by Section I-43-30 of the Public Health Service Policy on Humane Care and Use of Laboratory Animals. Had its propose protocol reviewed and approved by the Institution's Animal Care and Use Committee (IACUC). �� Are accredited by the Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) International. Information about AAALAC accreditation is available at www.aaalac.org. �� �LIVE VERTEBRATE ANIMALS EVALUATION The offerors proposal must include, as a separate section of the Technical Proposal titled ""Vertebrate Animal Section,"" (VAS) a complete, concise (no more than 1-2 pages) description addressing the following criteria.��(See NIH Guide NoticeNOT-OD-16-006 at �http://grants.nih.gov/grants/guide/notice-files/NOT-OD-16-006.html ): Description of Procedures. Provide a concise description of the proposed procedures to be used that involve vertebrate animals in the work outlined in the Request for Proposal (RFP) Statement of Work. Identify the species, strains, ages, sex, and total number of animals by species to be used in the proposed work. If dogs or cats are proposed, provide the source of the animals. Justifications. Provide justification that the species are appropriate for the proposed research. Explain why the research goals cannot be accomplished using an alternative model (e.g., computational, human, invertebrate, in vitro). Minimization of Pain and Distress. Describe the interventions including analgesia, anesthesia, sedation, palliative care, and humane endpoints to minimize discomfort, distress, pain, and injury. Euthanasia. State whether the method of euthanasia is consistent with the recommendations of the American Veterinary Medical Association (AVMA) Guidelines for the Euthanasia of Animals. If not, describe the method and provide a scientific justification. 4. SCORED TECHNICAL EVALUATION FACTOR The evaluation factors are used by the technical evaluation committee when reviewing the technical quotations. The factors below are listed with weights assigned to indicate relative importance for evaluation purposes. Offerors are advised and cautioned that offers will be evaluated solely on the information provided in the quotation. Failure to provide any of the information required by the solicitation will result in a less than favorable evaluation of the quotation. Scored Technical Evaluation Factors Possible Points A. TECHNICAL APPROACH Ability of the Quoter/Offeror to clearly understand the objectives of the SOW and execute the project. The Quoter/Offeror shall adequately describe its approach to project implementation in order to meet the contract requirements set forth in the solicitation. Quot...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/40ee8958267941918721e0d6235470bd/view)
 
Record
SN06211913-F 20220109/220110105806 (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 |
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.