MODIFICATION
R -- Senior-level Program, Science and Technology (S&T), and Integration Support Services
- Notice Date
- 8/13/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR15RSPPT
- Response Due
- 8/24/2015
- Archive Date
- 10/12/2015
- Point of Contact
- Kelly N. Paul, 410-417-2393
- E-Mail Address
-
ACC-APG - Edgewood
(kelly.n.paul.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT ANNOUNCEMENT Senior-level Program, Science and Technology (S&T), and Integration Support Services INTRODUCTION: This is a follow-on to RFI originally posted on 08 July 2015 under W911SR-15-R-SPPT. The primary purpose of this supplement is to solicit information from the pharmaceutical industry: (1) identify and attract potential sources that may possess the expertise, capabilities and experience to meet the requirements and objectives as outlined; (2) gather information from prospective vendors regarding labor categories and salary ranges in respect to the creation of a drug development program; (3) garner responses to specific issues as delineated in the questions to below. Another purpose is also to determine the availability and of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide senior/executive level personnel support services as described in the attached Draft Performance Work Statement (DPWS). This is a follow-on contract to a previously competed effort that was issued as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and awarded under contract W911QY-12-D-0014. Based on this previous contract, it is anticipated that this effort will be released as a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The Joint Program Executive Office, Chemical and Biological Defense (JPEO CBD) is seeking sources to provide Pharma Advisory service to the Department of Defense (DoD) Joint Program Executive Office and Joint Science and Technology Office Medical Countermeasures in the areas of End to end regulatory leadership; Animal rule single point authority and leadership; Clinical development project management leadership; and Strategic drug portfolio leadership/decision analytics. The Senior Pharma Advisors will assist Government leaders in breaking through the multiple process inefficiencies, complexities and complications that arise from the discovery and development process. The Pharma Advisors will have extensive knowledge and experience and proven success in drug development from Science &Technology (S&T) to Food and Drug Administration (FDA) approval in a commercial medium to large pharmaceutical/biotechnology company (defined as greater than $300 million R&D annual budget). REQUIRED CAPABILITIES: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611 - Administrative Management and General Management Consulting Services, with the corresponding size standard of $15.0 M. Interested companies who have the ability to provide the Pharma Advisory services to the JPEO-CBD to fulfill efforts described in the attached Draft Performance Work Statement (DPWS) are invited to respond to this RFI. All responses shall be unclassified. The document format shall be either Microsoft Word (.doc or.docx), format. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5 quote mark by 11 quote mark paper. Interested companies should provide a five (5) page paper describing a successful drug development and approval greater than $3 million to include at a minimum the following information: 1)Expound on the relationship with FDA. 2)Provide the date when final approval was granted by FDA. (FDA approval should be within the last five (5) years). 3)Provide verification of the drug development from start to finish via a third party or independent source. 4)Labor categories and salary ranges typical for the creation of a drug development program. 5) Business name, address, type of business (Small, Large, etc), Social Economic Group, DUNS #, point of contact to include e-mail address and telephone number. CONTRACTING OFFICE ADDRESS: Army Contracting Command-Aberdeen Proving Ground Edgewood Contracting Division ATTN: Ms. Kelly Paul, 410-417-2393, Email: kelly.n.paul.civ@mail.mil E4215 Austin Road Aberdeen Proving Ground, MD 21010-5401 DISCLAIMER: This RFI does not constitute a Request for Proposal (RFP), Broad Agency Announcement (BAA) or a promise to issue an RFP. The Government will not pay for costs associated with developing a response to this RFI, nor does it commit the Government to enter into any contractual agreement. The Government anticipates the release of a formal RFP in the near future. 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 capabilities. 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. Although it is highly encouraged, not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary. QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are requested to be submitted not later than 2:00 PM on 18 August 2015 and shall be submitted to the Contract Specialist, Ms. Kelly at email: kelly.n.paul.civ@mail.mil. Telephone requests will not be accepted. DUE DATE: Submissions are due no later than 5:00 PM, 24 August 2015, Eastern Daylight Savings Time (EDST). Telephone inquiries will not be accepted. Primary Point of Contact: Ms. Kelly Paul Contract Specialist Email: kelly.n.paul.civ@mail.mil Phone: 410-417-2393
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae7b004bc8c13f4ff6f1bc26ceeefd69)
- Place of Performance
- Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN03837786-W 20150815/150813235817-ae7b004bc8c13f4ff6f1bc26ceeefd69 (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 |