SOURCES SOUGHT
A -- This is a Sources Sought notice for Contract Research Organization (CRO) for nonclinical reproductive toxicology studies.
- Notice Date
- 10/5/2011
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DVC0223-JVAP-11
- Response Due
- 11/5/2011
- Archive Date
- 1/4/2012
- Point of Contact
- Lawrence Mize, 301-619-9813
- E-Mail Address
-
ACC-APG SCRT - Natick (SPS)
(lawrence.mize@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DynPort Vaccine Company, LLC (a CSC Company) is the prime systems contractor for the U.S. Department of Defense Joint Vaccine Acquisition Program (JVAP) and is responsible for the advanced development and licensure with the Food and Drug Administration (FDA) of vaccines and other biological products designed to protect against a variety of biological agents. This is a Sources Sought notice for nonclinical CROs. This is NOT a solicitation for proposals, proposal abstracts or quotations. The objective of this notice is to identify CROs capable of performing nonclinical reproductive toxicology studies. Responding CRO must be able to demonstrate established capabilities in reproductive toxicology studies in mice. The CRO should also have demonstrated experience with nonclinical safety evaluations of vaccines. Demonstrated experience in the collection and processing of umbilical, placental or fetal blood samples from mice are required. The CRO should have in-house or access to an array of teratology and pathology to access potential reproductive toxicity in mice. The testing facility must demonstrate a source of historical developmental and reproductive toxicology data in mice that can be used as control data. The contractor must demonstrate the ability to comply with the FDA's current Good Laboratory Practice Regulations (GLPs). Small Businesses are encouraged to respond. 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/business), including names, titles, addresses, telephone and fax numbers and email addresses. e.Do you have a Government-approved accounting system? f.Type of Company (i.e. Large, foreign, small business, 8(a), woman owned, veteran owned, etc). Contact Information: Inquiries shall be transmitted either via email or paper copy to Linda S. Howell, Sr. Principal Subcontract Administrator, DVC, a CSC Co. at 64 Thomas Johnson Drive, Frederick MD 21702 or via email to: LHowell3@csc.com. Disclaimer: This notice does not obligate DVC to award a contract or otherwise pay for the information provided in response. Note that DVC will not entertain questions regarding this Market Research; however, general questions can be presented in writing within your response. Confidentiality: No proprietary, classified, confidential or sensitive information should be included in your response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/56f8ae817c06112d01490b4e6e921f6d)
- Place of Performance
- Address: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02602726-W 20111007/111005234447-56f8ae817c06112d01490b4e6e921f6d (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 |