SOURCES SOUGHT
B -- TAS 75 0600 TAS Study 50 Lethal Dose (LD50) of A PR 8 34 (HINI) Virus in Mice Following Inhalation Exposure
- Notice Date
- 6/30/2010
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- RFQ1073706
- Archive Date
- 7/21/2010
- Point of Contact
- Mary Rose A. Nicol, Phone: 3018277183
- E-Mail Address
-
MaryRose.Nicol@fda.hhs.gov
(MaryRose.Nicol@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought This is a Sources Sought/Request for Information (RFI) for the purpose of conducting Market Research that will be used to formulate an acquisition strategy to the equipment and expertise required to deliver infulenza virus as an aerosol to mice. Specifically, this notice seeks to ascertain the availability and capability of qualified large and small business sources that include HUBZone, service-disabled, veteran-owned, women-owned, 8(a), or small disadvantaged businesses. The applicable North American Industry Classification System (NAICS) codes is 541690. This notice is for planning purposes only and is not a notice of solicitation issuance. Nor does this notice constitute a commitment, implied or otherwise, that a procurement action will be issued in the future. The Government will not reimburse Contractors for any effort resulting from their response to this notice. Statement of Work (SOW Part I: General Information A. Introduction The action requires the selected contractor to determine the LD50 of influenza virus in mice by means of inhalation exposure following by a challenge study to determine immune protection after vaccination. These protocols are following up a previous study (performed by Southern Research Institute) that established the conditions for delivery of influenza virus as an aerosol to mice. B. Background Delivery of virus as an aerosol requires the use of specialized equipment and expertise. Southern Research has defined the conditions that allow reproducible delivery of influenza virus to the lungs of mice. With the initial study completed it is essential to follow up with additional protocols for work to define immune correlates of protection against influenza viruses. C. Scope Two protocols will be performed including Determination of the 50% Lethal Dose (LD50) of A/PR/8/34 (H1N1) Virus in Mice Following Inhalation Exposure (P09.1030) and Vaccine Protection in a Murine Influenza Inhalation Model of Infection (P09.1075). The estimated value is $85,600. Part II: Work Requirements A. Technical Requirements Aerosolization of influenza requires approval by safety and animal care and use committees, specialized equipment and technical expertise. These are all in place at Southern Research, where investigators have extensive experience in delivering other pathogens to mice. The equipment used at Southern Research is essential as it can be calibrated to deliver aerosol droplets of a known size to the noses of mice. Other facilities that have the capacity to aerosolize influenza use equipment that exposes the whole animal to virus; this is not suitable for our studies that require knowledge of the amount of virus delivered to the lung. B. Deliverables Southern Research will provide us with results/data analysis from aerosol studies that will contribute to our goal of defining immune correlates of protection against influenza viruses. Part III: Supporting Information C. Period of Performance Delivery expected within 90 days of award D. Special Considerations N/A Request for Information (RFI) In order that the FDA may determine vendor qualifications, please submit your company's capability statement including information that addresses the following: 1. What is your company name, mailing address, e-mail address, telephone and fax number, web address (if available)? Please provide a name, e-mail address, and telephone number of a point of contact that has authority and knowledge to clarify responses with Government representatives. 2. What is your company's core business capability, experience, and/or ability with for the required as stated in the above statement of work? 3. What is your company's experience as it relates to NAICS code 541690 4. What is your company's business size for NAICS Code 541690 with the size limitation standard? 5. Is your company qualified as an 8(a) firm (must be certified by SBA), small disadvantaged business (must be certified by SBA), woman-owned business, HUBZone firm (must be certified by SBA), service-disabled veteran-owned business (must be listed in VETBiz vendor information pages)? 6. What types of labor categories does your company typically employ in the performance of an effort such as stated in the statement of work.? 7. Describe your company's ability to manage major projects? 8. How does your company manage quality? 9. Is your company registered in the Contractor Central Registry (CCR)? * To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted shall be identified as such and will be properly protected from disclosure. Submission Deadline Interested offerors shall their capability statement not exceeding (15) pages in length, excluding standard brochures. Responses to this notice shall be electronically forwarded to Ms. Mary Rose A. Nicol, Contract Specialist at: maryrose.nicol@fda.hhs.gov. no later than Friday, July 6, 2010 at 5:00 PM, Eastern Standard Time (EST). Inquiries regarding this notice will not be accepted. Responses to this notice will not be returned, nor will the Government ensure discussions or debriefings for any responses. Contracting Office Address 5630 Fishers Lane, Room 2089 Rockville, MD 20857
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/RFQ1073706/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN02193199-W 20100702/100630235415-e7f856c6bfc349d373840ac152b74c72 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |