SOURCES SOUGHT
A -- Request for Information (RFI) Countermeasures for Multi-Drug Resistance-Bacterial (CMDR-B) program
- Notice Date
- 1/5/2015
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- ACC-APG - Natick Installation, Directorate of Contracting, Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-15-S-0003
- Response Due
- 1/26/2015
- Archive Date
- 3/6/2015
- Point of Contact
- Jeremy D. michaels, 301-619-7421
- E-Mail Address
-
ACC-APG - Natick Installation
(jeremy.d.michaels.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Request for Information (RFI) is to conduct market research to determine the availability of medical countermeasures that mitigate the effects of multi-drug resistant bacterial infections by biological agents in DoD personnel. Respondents are invited to provide materials related to their capabilities to fulfill ALL or ANY of the requirements listed below. Respondents should provide whether their level of interest and current capability is to fulfill the entire scope of the effort, or a limited aspect of the effort, such as teaming as a subcontractor with another firm. If candidates are interested in teaming with other sources, please include in your response authorization to release your company's name, area of interest, and POC information to be made available on a public website. All proprietary information should be identified as Company Proprietary. Do not use Government Security classification markings. The JPdM Biological Defense Therapeutics (BDTx) Medical Countermeasure Systems (MCS) Joint Project Management Office focuses on the advanced development of adaptable platform technologies and broad-spectrum medical countermeasures (MCMs) to counter emerging, genetically engineered, or unknown threats. JPdM BDTX Countermeasures for Multi-Drug Resistance-Bacterial (CMDR-B) program develops therapeutics for Biological Warfare Agents (BWAs) that cannot be mitigated by existing MCMs. Background: To ensure Warfighter capability-in the face of the continuing emergence of multi-drug resistant bacteria and advancements in biotechnology that enable development of genetically engineered, drug resistant bacteria-there is a need to identify new classes of antibacterial compounds and new bacterial targets. Accordingly, the goal of the CMDR-B program is to develop long-term, broad-spectrum therapeutic solutions to defeat antibiotic resistant BWAs. Interested parties should fully describe their medical countermeasure (therapeutic) and provide all available information with respect to criteria A-M below. If an MCM candidate meets only some of the criteria, a portion of a criterion, or otherwise has capabilities not specifically called out by the criteria, JPdM BDTX still strongly encourages a response to this RFI so that a more complete understanding of the state-of-the-art may be obtained. MCMs developed by the commercial sector, academia, the United States Government, and international entities are acceptable. Submission Instructions: All responses must be submitted electronically to jeremy.d.michaels.civ@mail.mil within fifteen (15) days of issuance of this RFI. Address any question regarding this RFI, in writing, to the above. Submissions must: (1)Use Microsoft Word or Adobe PDF (text searchable format) using single-space, 12-point font and printable on 8.5 x 11 size white paper, with margins no less than 1 quote mark at the top, bottom, and sides; (2)Include technical and administrative points of contact, with names, titles, addresses, telephone and fax numbers, and e-mail addresses in the cover page; and (3) Not exceed ten single-sided pages in total (not including cover page and cover letter). Responses shall be organized to provide concise information to respond directly to the points given in the A-M criteria (as listed above) in the order shown. Respondents may include additional information, such as supporting test reports or pertinent journal articles as desired. However, the ten-page response shall stand-alone from the additional information, and shall describe the technology without reference to the additional information. The additional information, if any, shall be separately labeled from the response, and removable from the ten-page response without any loss of understanding to the ten-page response. Material that is advertisement only in nature is not desired.. The respondent must also provide their DUNS number, organization name, address, point of contact, size and type of business (e.g. large business, small business, small disadvantaged business, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. Please submit in accordance to Attchment titled RFI CMDR-B.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d2ee310749f61715603f2adfb2fda1b7)
- Place of Performance
- Address: ACC-APG - Natick Installation Directorate of Contracting, Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN03608548-W 20150107/150105234305-d2ee310749f61715603f2adfb2fda1b7 (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 |