Federal Bid

Last Updated on 30 May 2013 at 8 AM
Sources Sought
Location Unknown

In Vitro Testing Resource for HIB Therapeutics and Topical Microbicides

Solicitation ID HHS-NIH-NIAID(AI)-SBSS-13-172
Posted Date 01 May 2013 at 1 PM
Archive Date 30 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy And Infectious Diseases
Agency Department Of Health And Human Services
Location United states
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; women-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.

Background
Research supported by the National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH), Department of Health and Human Services (DHHS), strives to understand, treat, and ultimately prevent the myriad of infectious, immunologic, and allergic diseases that threaten millions of human lives. The NIAID Division of Acquired Immunodeficiency Syndrome (DAIDS) supports extramural research to study, control and prevent diseases caused by the human immunodeficiency virus (HIV). Support for basic and applied research to develop and evaluate therapeutics, vaccines and diagnostics is provided through a variety of research grants and contracts. DAIDS also supports an array of research resources to assist investigators, including programs that provide or produce organisms, state-of-the-art reagents, and preclinical and clinical translational research services (http://www.niaid.nih.gov/LabsAndResources/resources/ATRG/Pages/default.aspx).

The development and introduction of new therapeutics and topical microbicides against HIV remains a high public health priority. To assist in filling these public health gaps, the NIAID supports preclinical development of promising therapeutic and topical microbicide candidates that emerge from academia, the private sector, or other sources.

These services are currently provided under two NIAID in vitro testing resources, entitled, "In Vitro Testing Resources for AIDS Therapeutic Development - ‘Part A: Confirmatory In Vitro Evaluations of HIV Therapeutics' (under Contract No. HHSN272200700041C with the Southern Research Institute) and ‘Part B: Specialized In Vitro Biological Assays for HIV Therapeutics and Topical Microbicides" (under Contract No. HHSN272200700042C with the Southern Research Institute). However, the Government intends to consolidate these services into one requirement under one contract.

Purpose and Objectives
The purpose of the proposed contract is to provide product development services utilizing biochemical and cell-based assays in both standard and high throughput screening (HTS) formats. These services have assisted a wide variety of investigators in obtaining critical data needed to acquire additional funding, gain prospective partnerships (either for further development or to support Phase I trials), and fulfill regulatory agency requirements.

The Government anticipates awarding one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) type contract to an organization able to provide the technical requirements of the solicitation and with documented access to BSL-2 and BSL03 facilities. Task Orders for specific activities requiring specialized expertise will be issued after the award of the base contract.

Technical Requirements
The Contractor shall provide support to carry out activities in the following five task areas:

1. Administration and Data Coordination: This task area includes essential activities that shall be performed by the Contractor on a regular basis and consists of the following:

a. Overall Project Management
b. Subcontract Managing and Reporting
c. Intellectual Property
d. Initial and Final Transition
e. Meetings and Teleconferences
f. Reporting Requirements/Deliverables
g. Management/Reporting of Data/Results
h. Provide updates to a Public Database
i. Training

2. In Vitro Testing of Interventional Agents in Standard Formats: Under this task area, the Contractor shall perform activities to conduct confirmatory in vitro testing of anti-HIV therapeutics and topical microbicides.

3. In Vitro Testing of Interventional Agents in High Throughput Screening (HTS) Formats: Under this task area, the Contractor shall acquire and store chemical compound libraries and conduct screening to identify anti-HIV therapeutics and topical microbicides using a HTS format.

4. Develop New In Vitro Assays: Under this task area, the Contractor shall develop new assays to evaluate the efficacy of interventional agents against HIV.

5. Hit-To-Lead Progression Studies on Interventional Agents: Under this task area, the Contractor shall perform activities required for the optimization, development, and synthesis of lead candidates and analogs, which may include resynthesis, acquisition, or purchase of new compounds.

The Contractor will be expected to have experience and expertise to carry out a project of this size and complexity, including documented access to BSL-2 and BSL-3 facilities.

Anticipated Period of Performance
It is anticipated that one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) type contract will be awarded on or about September 14, 2014 for a period of 7 years through September 13, 2021. Task orders to be issued against the base contract will primarily be cost-reimbursement type, both term and completion form. The Government reserves the right, however, to issue fixed price type task orders, when appropriate.

Upon award of the base contract, the Government anticipates awarding a Task Order for Administration and Data Coordination. 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 September 14, 2014. The requirement will be for the delivery of 5.0 full time equivalents (FTEs) per year for the Base Period (Year 1) and each option period (Years 2-7).


Capability Statement/Information Sought
Capability statements submitted as a result of this announcement should demonstrate the offeror's qualification, expertise and experience, specifically providing evidence as to the capability to perform this requirement. 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 contractors 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; (2) the professional qualifications and specific experience of staff who may be assigned to the requirement; (3) resumes for proposed key personnel, including the Principal Investigator/co-PI, 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.

Each response should include the following Business Information:

a. DUNS number
b. Company Name
c. Company Address
d. Company Points of Contact (both technical and administrative), including names, titles, addresses, telephone and fax numbers and Email addresses
e. Current GSA Schedule appropriate to this Sources Sought
f. Do you have a Government-approved accounting system? If so, please identify the agency that approved the system.
g. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). All offerors must be registered in the SAM, which is located at http://www.sam.gov/

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 tasks mentioned above. Therefore, the Contractor may need to utilize the expertise and resources of subcontractors and specialized consultants to provide the full spectrum of requested activities. The Contractor shall be responsible for ALL work performed under this contract, including any work performed by any subcontractors and consultants. The Contractor shall ensure that any and all processes meet international, federal, local and state regulations to ensure the continuity and validity of the resulting product.

Responses must be submitted no later than 3:00 PM (E.S.T.), May 15, 2013. Capability statements will not be returned and will not be accepted after the due date.

These statements may be submitted by e-mail or paper copy to Ashley Virts, Contract Specialist. She can be emailed at the address provided below. Electronic submissions should be submitted in PDF format; however, Microsoft Word or Corel WordPerfect will be accepted. In the subject line, please reference: HHS-NIH-NIAID(AI)-SBSS-13-172. A paper copy can be sent via regular mail at the address provided below. If sending a paper copy, please send an original and one copy.

Ashley Virts
Contract Specialist
Office of Acquisitions
National Institute of Allergy and Infectious Diseases
National Institutes of Health
6700B Rockledge Drive, Room 3214, MSC 7612
Bethesda, Maryland 20892-7612
Email Address: [email protected]

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 Presolicitation synopsis and solicitation may be published in the 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.

The Government will not entertain questions regarding this Market Research; however, general questions may be emailed to the following addresses:

Contract Specialist: Ashley Virts
Email Address: [email protected]

Contracting Officer: John R. Manouelian
Email Address: [email protected]

Bid Protests Not Available