The RFP Database
New business relationships start here

Management and Support of an Archives and Repository Contract


North Carolina, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Title: Management and Support of an Archives and Repository Contract (AARC) for the National Toxicology Program (NTP) and the National Institute of Environmental Health Sciences (NIEHS)

This is a Small Business Sources Sought notice for a non-Research and Development (R&D) support service program. 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; 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. 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 the project is: 493120


The small business size standard is $27.5 million.


BACKGROUND
The Division of Intramural Research (DIR) consists of 11 branches and laboratories that conduct in-house research and training in a variety of natural sciences. DIR scientists conduct studies that contribute to the understanding of the following topic areas: biological and chemical processes, the role of environmental agents in human disease and dysfunction, underlying mechanisms of environmentally-associated diseases, and intervention and prevention studies to reduce the effects of exposures to environmental agents.


The Division of the National Toxicology Program (DNTP) is the principal component supporting the interagency NTP that evaluates substances and agents of environmental concern for a variety of health-related effects, generally using rodent models for study. The protocols used are designed to fully characterize the toxic and carcinogenic potential of substances by exposing rats and mice through food, drinking water, inhalation, dermal contact, or other exposure routes as appropriate to various doses of the substances. The studies are conducted at various testing laboratories under contract with NIEHS. The NTP uses a variety of approaches and testing regimens to study the potential toxic effects of exposure to environmental and occupational substances. Information about the comprehensive testing strategies used to characterize the toxic potential of these substances can be found at - https://ntp.niehs.nih.gov/go/type.


Research programs of this magnitude generate large volumes of data and biological specimens that require safe, secure, short-term, and long-term storage under specific environmental conditions. The materials include wet-tissue preserved or fixed in formalin; formalin-fixed, paraffin-embedded (FFPE) tissue blocks; histological glass slides; frozen tissue; biological samples; kodachrome slides; digital images; paper data; electronic data; and microfiche. Depending on the type of study, the numbers and quantities of study materials generated will range from several hundred items to potentially tens of thousands.


PURPOSE AND OBJECTIVES
The NIEHS seeks capability statements from qualified small businesses to furnish all services, qualified professional, technical, administrative or clerical personnel as well as materials, equipment, and facilities not otherwise provided by the Government, needed to perform the work set forth below:
• Management and support of NTP Archives
• Management and support of NTP Frozen Tissue Bank
• Management and support of NIEHS Data and Specimen Repository
The Contractor shall store, manage and maintain a variety of data, materials, and biological materials and environmental samples from a variety of studies NIEHS and NTP-conducted research.

REQUIREMENTS
See the attached DRAFT Statement of Work (SOW) dated January 3, 2018.


MANDATORY REQUIREMENTS
The Contractor shall establish and maintain offices, equipment, and technical facilities, including laboratory facilities, within a 25-minute drive of the main campus of the NIEHS located at 111 T.W. Alexander Dr., Durham, NC 27709, for the duration of the contract performance period. The facilities must be fully operational and ready to initiate transition activities by the date of contract award. The facilities shall be co-located within the same building or business complex. All facilities shall be subject to approval by the Contracting Officer as to suitability and adequacy.


ANTICIPATED PERIOD OF PERFORMANCE AND STAFFING
The Government intends to award a cost reimbursement type contract. The anticipated start date of the award is around July 2018. The planned total period of performance is five (5) years. It is estimated that the level of effort is approximately 48,880 direct labor hours per year. This figure includes hours for the following labor categories: Project Director, Archives/Frozen Tissue Bank Manager, Repository Manager, Pathology Data Coordinator, Repository Data Coordinator, Research Associate, Pathologists, Technical Support, Professional Staff, Managerial Staff, Supervisory Staff, and Administrative Staff.


GOVERNMENT FURNISHED EQUIPMENT AND MATERIALS
A list of Government owned property and equipment in use on the current contract, which will be transferred to the Contractor, is attached. The Contractor shall provide the usual office and laboratory equipment and supplies.


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.


Section 508 Conformance - Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for this contract. In order to conform to the Section 508 Electronic and Information Technology Accessibility Standards, the contractor shall perform all work required under the resultant contract in compliance with the provisions delineated in the Code of Federal Regulations (CFR) Title 36 (36 CFR Part 1194). All respondents to any solicitation will be required to submit an HHS Section 508 Evaluation Template (VPAT) which can found at https://www.hhs.gov/web/section-508/contracting/technology-products/product-accessiblity-template/index.html.


CAPABILITY STATEMENT
Interested organizations shall submit a capability statement that demonstrates relevant experience, skills, and ability to fulfill the requirements described herein, including examples of prior completed projects of similar nature, and the ability to meet the mandatory requirements. The capability statement should be concise, but must contain sufficient detail for the Government to adequately assess your organization's experience and capabilities. Standard company brochures will not be considered a sufficient response. Capability statements should not exceed fifteen (15) pages in length, including all attachments, resumes, charts, etc. Each response should also include the following business information:
a. DUNS number
b. Organization Name and Company Address
c. Point of Contact (including name, title, addresses, telephone number, and Email address)
d. Business size pursuant to the applicable NAICS code
e. Socio-economic status pursuant to the applicable NAICS code


Capability statements must be submitted electronically to Julie.bardo@nih.gov. Responses are requested on or before March 7, 2018 at 5:00pm EST. Documents submitted by mail or fax, or received after the due date may not be included in the development of the solicitation. Address all questions regarding this notice in writing to Julie Bardo at Julie.Bardo@nih.gov. Telephone inquiries will not be accepted.


DISCLAIMER AND IMPORTANT NOTICES - 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 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). Small businesses that believe they possess the necessary capabilities to meet these requirements are encouraged to contact the Primary Point of Contact listed below.


Julie A. Bardo, Contract Specialist, Phone 9195417821, Email Julie.Bardo@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP