SOLICITATION NOTICE
A -- Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
- Notice Date
- 11/8/2024 8:41:02 AM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NATIONAL INSTITUTE OF HEALTH NIEHS MORRISVILLE NC 27560 USA
- ZIP Code
- 27560
- Solicitation Number
- 75N96025R00004
- Response Due
- 11/24/2024 2:00:00 PM
- Archive Date
- 12/09/2024
- Point of Contact
- Megan Bang, Erica Kitzmiller
- E-Mail Address
-
megan.bang@nih.gov, erica.kitzmiller@nih.gov
(megan.bang@nih.gov, erica.kitzmiller@nih.gov)
- Description
- Pre-solicitation Notice 75N96025R00004 �Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences� This notice announces the intended release of solicitation number 75N96025R00004. DESCRIPTION This pre-solicitation notice follows a Sources Sought notice that was released on May 30, 2023 under notice number NICEATM_RFI-SS_NIEHS_2023. The National Institute of Environmental Health Sciences (NIEHS), National Institutes of Health (NIH) includes two intramural divisions, the Division of Translational Toxicology (DTT) and the Division of Intramural Research (DIR). DTT uses traditional and cutting?edge approaches to better understand how factors in our environment may impact human health. DIR conducts in?house research that contributes to the understanding of biological and chemical processes, the role(s) of environmental agents in human disease and dysfunction, underlying mechanisms of environmentally associated diseases, and how intervention and prevention strategies can reduce the effects of exposures to environmental agents. The acquisition will support and assist the National Institute of Environmental Health Sciences (NIEHS) by conducting and evaluating toxicological testing using computational and/or alternative approaches, also referred to New Approach Methodologies (NAMs). NAMs broadly refers to any technology, methodology, approach, and/or combination of the three that can provide information on chemical hazard and risk assessment without the use of animals, such as in silico, in chemico, in vitro, and ex vivo approaches. The areas of focus for the research include but are not limited to population variability, susceptibility, developmental neurotoxicity, carcinogenicity, ecotoxicity, acute toxicity, etc. The outputs from this requirement will directly feed into the mission of the Department of Health & Human Services (HHS). This requirement would produce information to predict adverse human health effects from chemical exposures while also replacing, reducing, or refining the use of animals in toxicity testing. These services are necessary to support state of the art alternative toxicity testing at NIEHS. This acquisition is for continuing support services for alternative toxicological testing approaches that extend beyond the scope or capability of in-house staff. MANDATORY QUALIFICATION CRITERIA Mandatory qualification criteria will apply to this requirement. The qualification criteria establish conditions that must be met at the time of receipt of Final Proposal Revisions (FPRs) by the Contracting Officer in order for the proposal to be considered any further for award. The following Mandatory Qualification Criteria apply to this requirement: Mandatory Requirement: SMALL BUSINESS SUBCONTRACTING PLAN In accordance with FAR 19.7, all other than small businesses shall submit a Small Business Subcontracting Plan. Mandatory Requirement: Conformance to Section 508 Standards Electronic documents and reports are anticipated to be included in the deliverables of the resultant contract. When acquiring Electronic and Information Technology (EIT), the government is obligated to meet the accessibility standards at 36 CFR Part 1194 and Section 508 of the Rehabilitation Act of 1973. Section 508 service requirements for Information Content are applicable for this requirement and must address 36 CFR Part 1194, Subpart D, Information, Documentation and Support. Information about Section 508 is available at http://www.section508.gov/. Organizations submitting proposals will be required to demonstrate compliance with the established EIT accessibility standards by preparing an HHS Section 508 Product Assessment Template. OTHER IMPORTANT CONSIDERATIONS Key Personnel: The Principal Investigator (PI) and Program Manager (PM) are considered key personnel and shall be employees of the prime contractor. 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. Offerors will be required to provide evidence of the accounting system being adequate and the proposal shall include a certification that the offeror�s accounting system meets all of the specifications outlined in the solicitation for an adequate accounting system, in accordance with FAR 16.301-3, 16.403-1, and in compliance with FAR Part 31. NOTICE TO OFFERORS This notice is not a Request for Proposals and does not commit the Government to award a contract. A solicitation may or may not be issued. The estimated issue date of the solicitation is 15 days from the date of this notice. Proposals will be due on or about 30 days after the solicitation release date. The solicitation is anticipated to result in one (1) award to an offeror capable of performing all aspects of the work described in the SOW. This contract is expected to consist of a single award, cost-plus-fixed-fee contract for research and development services. It is anticipated that award will be on or before November 2025 for a base period of one-year, plus nine (9) successive one-year option periods. The proposed contract is anticipated to be issued using full and open competition. The North American Industry Classification System (NAICS) code for this procurement is 541715 with a corresponding size standard of 1,000 employees. The Government intends to make an award using the procedures for competitive negotiated acquisitions as authorized in FAR Part 15. The solicitation will only be available electronically and must be accessed through the Sam.gov website (www.sam.gov). All information required for submission of a proposal will be contained in the electronic solicitation package. It is the offeror�s responsibility to monitor the above website for the release of this solicitation and amendments, if any. All responsible sources may submit a proposal, which shall be considered by the agency. Proposals must be submitted through the NIH electronic Contract Proposal Submission (eCPS) system. Detailed submission instructions will be provided upon issuance of the solicitation. All questions regarding this acquisition shall be submitted in writing via email to: megan.bang@nih.gov. Please reference the solicitation number #75N96025R00004 and project title on your written request. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bd543fdd316b4bad803ea2c70a0172e1/view)
- Place of Performance
- Address: Durham, NC, USA
- Country: USA
- Country: USA
- Record
- SN07260841-F 20241110/241108230101 (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 |