Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOURCES SOUGHT

A -- Toxicological Evaluation of Potential Medications to Treat Drug Addiction

Notice Date
11/14/2007
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6101 Executive Boulevard Room 260 - MSC 8402, Bethesda, MD, 20892, UNITED STATES
 
ZIP Code
20892
 
Solicitation Number
N01DA-8-8880
 
Response Due
11/30/2007
 
Point of Contact
Robin Jeffries, Contract Specialist, NIDA R&D Contracts Management Branch, Phone 301.443.6677, Fax 301.443.6677, - Craig Sager, Contracting Officer, NIDA/NIH, Phone (301) 443-6677, Fax (301) 443-7595
 
E-Mail Address
jeffriesr@nida.nih.gov, cs591t@nih.gov
 
Description
This is a SMALL BUSINESS SOURCES SOUGHT NOTICE to determine the availability of qualified small businesses (e.g., 8(a), veteran-owned small businesses, services-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged businesses, and women-owned small businesses). The National Institute on Drug Abuse (NIDA) seeks capability statements from qualified Small Businesses (e.g. 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small businesses, small disadvantaged business, and women-owned small businesses. The established NAICS code is 541712; small business size standard is 500 employees. Offerors must conduct systematic preclinical toxicology studies and preclinical cardiovascular safety studies that support the development of pharmacotherapies as medications. The preclinical studies shall adhere to Good Laboratory Practices (GLP) guidelines as set forth by relevant Food and Drug Administration (FDA) guidance and regulations (e.g. CFR Title 21). Offerors must have on-site in vivo toxicology (rodent, canine and nonhuman primate) and in vivo cardiovascular safety testing facilities with telemetric recording (dog and nonhuman primate), access to state-of-the-art equipment for performing in vitro tests on cardiac muscle (hERG channel assays and APD tests) and access to state-of-the-art equipment for performing analytical testing of dosing solutions and verification of identity of the bulk substance (HPLC, GC/LC-MS, IR and NMR). Offerors must show experience in preparing reports acceptable in format for submission to the FDA. To handle test substances under the Controlled Substances Act of 1970, offerors must possess a DEA Registration for Schedules II to V. NIDA may also require a Schedule I DEA research registration. Information sent should be relevant and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific GLP work performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientists and technical personnel who may be assigned as principal investigator and/or project director and knowledge of, and experience in, the field of drug abuse research.; (3) Facilities: Availability and description of special facilities required to perform toxicological and cardiovascular studies that support the development of potential pharmacotherapies for the reduction of substance abuse; and (4) Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to perform the above tasks. Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. THIS IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government's use. Any proprietary information should be so marked. Small business concerns that believe they possess the capability necessary to successfully undertake the work described above should submit an original and two copies of their capability statement by November 30, 2007. Capability statement must provide the following: 1) company name, address, point of contact, phone/fax/email; 2) identification of your organization's business type inclusive of any and all socio-economic status (e.g. 8(a) certified program participant; small disadvantaged; veteran-owned; service-disabled veteran-owned; HUB Zone or women-owned; 3) NAICS Code(s), 4) business size and status, 5) capability information in response to the requirement and qualifications identified in this notice. Please submit written capability statements by November 30, 2007 to the NIDA Contracting Officer. Electronic copies of capability statements will also be accepted and can be emailed to jeffriesr@nida.nih.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/NIDA-01/N01DA-8-8880/listing.html)
 
Place of Performance
Address: NIDA R&D Contracts Management Branch, OPRM, NIDA/NIH 6101 Executive Boulevard Room 260, MSC 8402, Bethesda, MD
Zip Code: 20892-8402
Country: UNITED STATES
 
Record
SN01541619-F 20080327/080325230937 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.