The RFP Database
New business relationships start here

NIAID AIDS Reagent Program


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

This is a Research and Development (R&D) Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, including small and small disadvantaged businesses, to perform a potential R&D requirement.

Background:
This contract supports the identification, acquisition, production, maintenance, characterization, authentication, and distribution of quality-assured, state-of-the-art biological and chemical reagents to the HIV research community of investigators with the purpose of advancing HIV/AIDS research, which is a high priority for NIH and NIAID. Furthermore, the contract provides support for technology transfer and execution of material transfer agreements prior to release of reagents to the community, and transition activities.

Since the establishment of the AIDS Reagent Program (ARP), it has evolved from a small bank of research materials to a unique and versatile worldwide resource, offering over 10,000 critical reagents not otherwise readily available to the HIV research community. The ARP acquires, stores, develops, and produces state-of-the-art reagents and provides these reagents at no cost to over 3,200 qualified investigators located in 65 countries throughout the world. Most of these reagents were donated by individual researchers or organizations for the purposes of sharing with the research community, as required by NIH Grants Policy. Additionally, the ARP serves as an important resource for information about HIV-related reagents and disseminates this information through its comprehensive website.


In order to provide support services as mentioned above, an unrestricted competition was held, which resulted in the award of a Cost-Plus-Fixed Fee, term form contract with term and quantity options, to Fisher BioServices, Inc., 14665 Rothgeb Drive, Rockville, Maryland 20850. The award was made on July 15, 2012, with term options to extend the period of performance, for a total period of seven years, through July 14, 2019, and quantity options for increased level of effort for unanticipated increases in demand. The total value of the contract was $25,288,024 including the Base Period and all Options.


This Sources Sought Notice (SS) is for information and planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the NIAID.

Purpose and Objectives:
The purpose of this Research and Development (R&D) Sources Sought Notice is to discern whether or not there are other contractors, including small or small disadvantaged businesses, capable of and interested in performing the work described herein. The NIAID does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted.


As a result of this R&D Sources Sought Notice, the NIAID may issue a Request for Proposals (RFP), if it deemed necessary and appropriate. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NIAID shall arise as a result of a response to
this Sources Sought Notice or the NIAID's use of such information, as either part of our evaluation process or in developing specifications of any subsequent requirement.


This is an acquisition for the services described herein for a period of 15 months from October 15, 2019 through January 14, 2021, and to deliver to the Government 23,994 hours during this period.


Project requirements:
Specifically, the Contractor will be responsible for:
1. Acquisition, procurement, maintenance, production, and expansion of HIV-related biological and chemical reagents
2. Providing a system for user registration and rapid order processing, packaging, and shipping of HIV-related reagents to the research community in the U.S. and other countries, in compliance with required shipping regulations, permits and authorizations as well as following reagent-specific GLP or GMP shipping requirements, for the purpose of advancing basic and preclinical HIV research
3. Supporting authentication and characterization of biological and chemical reagents following quality control and quality assurance procedures
4. Supporting technology transfer and execution of material transfer agreements prior to release of reagents to the community
5. Establishing and implementing a process for receipt, processing, inventory placement, and storage of each reagent, and maintaining detailed records for each reagent in the inventory
6. Maintaining an internal searchable database consisting of a detailed inventory of reagents, ordering and shipping information, and registered users
7. Maintaining a public searchable website to allow requests for user registration and online ordering of reagents
8. Initial and final transition activities, including transfer of stored reagents and materials, data files and software systems related to program activities, communications and correspondence files, and government furnished property.


Examples of the range of reagents to be procured, acquired, authenticated, produced, and/or expanded include:


• Infectious viruses, including HIV and related viruses
• Other infectious agents and pathogens including NIAID Category A-C Priority Pathogens that require BSL-2/3 facilities. NOTE: work that requires BSL-4 level facilities will not be supported.
• Uninfected and/or infected cell lines including genetically manipulated prokaryotic/eukaryotic cell lines
• Plasmid DNA clones, including HIV proviral clones
• Body fluids, tissues, cells, and cell lysates
• DNA and RNA oligonucleotides
• Proteins and synthetic peptides
• Monoclonal and polyclonal antibodies
• Antiviral and anti-infective compounds and natural products, including approved drugs
• Chemicals, including small molecule libraries
• Agents that monitor and modulate the immune system
• Vaccines, vaccine candidates, and vaccine adjuvants
• Diagnostic tools and kits for detection and measurement of pathogens


(A complete catalog of the current reagent offerings can be found on the ARP website: www.aidsreagent.org.)


Anticipated period of performance:
The period of performance associated with this acquisition is 15 months, from October 15, 2019 through January 14, 2021.


Other important considerations:
The Contractor shall provide reagent-specific storage and handling conditions, including for example, reagent-specific Biosafety Level (e.g., BSL2/3), biohazard, or aseptic conditions.


The Contractor shall provide security, monitoring, and backup power systems within the physical storage facilities and individual containment units.


The Contractor shall provide maintenance and storage of reagents in compliance with reagent-specific needs under Good Laboratory Practices (GLP) or Good Manufacturing Practice (GMP).


Capability statement / information sought:
Capability statements submitted as a result of this announcement should demonstrate the offeror's qualifications, 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 other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of a 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., large business, non-profit, educational institute, 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, located at http://www.sam.gov/


Responses must be submitted no later than 3:00 PM (Eastern Time), May 24, 2019. Capability statements will not be returned and will not be accepted after the due date. These statements should be submitted electronically (via e-mail) to Kishan Patel, Contracting Officer, at patelki@niaid.nih.gov. These statements should be submitted in Adobe Portable Document Format (PDF); however, capability statements in Microsoft Word will also be accepted. The e-mail subject line must specify HHS-NIH-NIAID-RDSS-75N93019R00016. Facsimile responses will not be accepted.

Common Cut-off Date:
Electronically submitted, tailored capability statements are due not later than 3:00 PM (Easter Time), on May 24, 2019. CAPABILITY STATEMENTS WILL NOT BE RETURNED AND WILL NOT BE ACCEPTED AFTER THE DUE DATE.


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 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.


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


Contracting Officer: Kishan Patel
Email Address: patelki@niaid.nih.gov


Contracting Officer: Michelle Scala
Email Address: mscala@niaid.nih.gov


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.


Kishan Patel, Contracting Officer, Phone 240-669-5157, Email patelki@niaid.nih.gov - Michelle L. Scala, Contracting Officer, Phone 240-669-5156, Email mscala@niaid.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP