Inactive
Notice ID:Requisition(PR-ORD-18-01527)
Operation and Maintenance for the NHEERL-RTP Animal Facilities SOLICITATION # TBD THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS ...
Operation and Maintenance for the NHEERL-RTP Animal Facilities SOLICITATION # TBD THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Environmental Protection Agency (EPA) is performing a "market search" for all other than large businesses in preparation for a future procurement. Small businesses are particularly encouraged to participate in this Sources Sought process. Information submitted in response to this notice is merely used for internal market research purposes, and no feedback will be offered to the interested parties that submit capability statements. The Environmental Protection Agency (EPA), National Health and Environmental Effect Research Laboratory (NHEERL) has a need for a contractor to perform care and maintenance of research animals and supporting facilities on the EPA's campus, located at 109 T.W. Alexander Drive, Research Triangle Park, NC. Primarily, the Contractor shall furnish supplies and services necessary for animal husbandry and shall be responsible for the procurement, care and feeding of the animals, as well as general maintenance and sanitation of the facilities in such a manner as to maintain the Association for Assessment and Accreditation of Laboratory Animal Care, International (AAALAC, Intl.) accreditation. All services shall be performed on-site at various EPA buildings located at the above-described EPA campus. Specific areas to be addressed in capability packages are as follows: 1. Demonstrated capabilities in animal husbandry, including animal care and facility maintenance for rodents, lagomorphs, and aquatics. 2. Demonstrated capabilities in receiving and responding to technical service support requests for animal facilities, including the capability to follow guidelines articulated in Quality Assurance Project Plans (QAPPs) and Standard Operating Procedures (SOPs). 3. Demonstrated capabilities in maintenance and sanitation of animal housing and laboratory facilities, including disposal of waste via appropriate methods. 4. Demonstrated capabilities in timely procurement of supplies and required research animals, including transport and shipment of research animals. 5. Demonstrated capabilities in developing Quality Management Plans (QMPs), Quality Assurance Project Plans (QAPPs), and Standard Operating Procedures (SOPs), as well as implementation of Government-issued surveillance plans. The successful contractor shall provide all necessary labor, materials, and services in support of the efforts delineated by the attached PWS, except as noted in the PWS. It is anticipated that the contract will be a standalone contract, with labor issued on a Firm Fixed Price (FFP) basis and consumables issued on a Time and Materials (T&M) basis. The contract start date is anticipated to be December 1, 2019 and is anticipated to have a maximum five-year performance period. The applicable NAICS code is 561210, "Facilities Support Services," with a size standard of $38.5 Million. Any interested firms shall submit a capability statement which demonstrates the firm's ability to perform the key requirements described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. In the capability statements, contractors shall provide their size status to ensure they are not a large business for the above referenced NAICS code, and they shall also specify whether they are a certified HubZone, 8(a), women owned, small disadvantaged, and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. Responses to the above shall be submitted to Keith Pfeffer, U.S. EPA, 26 West Martin Luther King Dr., Cincinnati, OH 45268, or pfeffer.keith@epa.gov, no later than 15 calendar days from the date of this posting. E-Mailed submissions shall be the only accepted method of delivery; no hard copy submissions will be accepted. A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this sources source synopsis, which will be preceded by a Pre-Solicitation Notice.