SOURCES SOUGHT
A -- A--High Throughput Toxicokinetics (HTTk)
- Notice Date
- 4/4/2024 10:45:37 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
- ZIP Code
- 45268
- Solicitation Number
- 68HERC24R0170
- Response Due
- 5/3/2024 1:30:00 PM
- Archive Date
- 04/30/2025
- Point of Contact
- Growney, Matthew, Phone: 513-487-2029, Fax: 513-487-2109
- E-Mail Address
-
growney.matthew@epa.gov
(growney.matthew@epa.gov)
- Description
- Sources Sought Synopsis High Throughput Toxicokinetics (HTTk) This is strictly for market research purposes and not a solicitation announcement. The Environmental Protection Agency (EPA) is performing a ""market search"" for small businesses in preparation for a future procurement. 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 technical 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; (3) the availability of small business sources under various strategic sourcing vehicles; and (4) 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. The North American Industry Classification System (NAICS) code for determining small business status under this requirement is 541715 (Research and Development in the Physical, Engineering, and Life Sciences except Biotechnology and Nanotechnology) with a size standard of 1,000 employees. The US Environmental Protection Agency (USEPA) Office of Research and Development (ORD) requires support in the use of biologically appropriate, rapid, and cost effective high-throughput (HT) methods on sets of dozens to hundreds of industrial compounds from the growing ToxCast library. The EPA requires contractor support in using High Throughput methods and systems to measure, identify, and research in vitro assays to obtain key toxicokinetic (TK) information to predict internal tissue (plasma) concentrations resulting from chemical exposure. The contractor shall provide services as outlined in the draft Performance Work Statement (PWS). Services will be specified through task orders (TOs) issued by the Cincinnati Acquisition Division (CAD) Contracting Officer (CO) and managed by the various Task Order CORs (TOCORs) with overall purview of the Contract Level Contracting Officer representative (CL-COR). The Government anticipates issuing a single award indefinite delivery/indefinite quantity (IDIQ) Agency contract with Firm Fixed Price (FFP) task orders. The contract will have a period of five (5) years and a maximum value of approximately $5.5 million. This requirement is a follow-on to contract 140D0420D0003 that expires on 05/05/2025. To help determine if this potential requirement may be set-aside for small business concerns, under the range of potential acquisition approaches the government may pursue, the government is seeking input from the small business community regarding their interest and capability in performing the tasks reflected in the attached draft PWS, as well as their availability to perform under various strategic sourcing solutions. The Government will review qualifications based on the vendor�s responses with specific emphasis on the vendor�s ability to perform the Scope of Work described in the draft PWS. Information submitted in response to this notice is used for internal market research purposes only, and no feedback will be offered to the entities that submit capability statements. Companies classified as small can subcontract work to similarly situated entities (i.e., other small businesses) and include the capabilities of that potential small business team to demonstrate the respondent�s ability to perform the requirement. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. Respondents may also provide information regarding plans to use joint venturing (JV) or partnering. Please outline how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. Submission Instructions and Capability Information The respondent is required to submit its technical capabilities statement via FedConnect no later than 30 days following the date of this posting. There is no charge to use FedConnect. (See https://www.fedconnect.net/Fedconnect). If you need technical assistance in registering or for any other FedConnect� function, call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. The respondent shall, at a minimum, address the following questions regarding its Company Profile and Capability Information. It is recommended that the respondent use the template below. A. Company Profile 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. NAICS Code 541715 (Research and Development in the Physical, Engineering, and Life Sciences except Biotechnology and Nanotechnology) with a size standard of 1,000 employees 4. Two points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status under NAICS Code 541715 (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business B. Capability Information Specific areas to be addressed in your technical capability packages are as follows: (1) Description of your company�s experience in developing, extending and refining assessment approaches to support decision-making, building on existing frameworks and methods. (2) Description of your company�s experience in managing data and information to support assessment activities and accessibility (e.g., distribution of datasets on Science Hub). (3) Description of your company�s experience in reviewing, extracting, pre-processing and summarizing relevant literature and data. (4) Description of your company�s experience in providing statistical, spatial, economic, and qualitative analyses, dynamic and simulation modeling, and programming support. (5) Description of your company�s experience in developing, supporting, and enhancing information technology (IT) tools and applications, including web-, mobile-, and PC-based assessment and visualization tools. (6) Description of your company�s experience in developing, packaging, and distributing outreach and technology transfer products as research is completed in support of ensuring that the research that ORD does results in environmental outcomes. (7) Description of your company�s experience in providing support to the organization to conduct, manage and summarize webinars, meetings, workshops, and conferences. C. Additional Comments: ______________________________________________________________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/50ed83ddd78246dd903ccd8c16a42171/view)
- Record
- SN07020959-F 20240406/240404230059 (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 |