Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOURCES SOUGHT

A -- Science Moving TowArds Research Translation and Therapy (SMARTT) - Coordinating Center

Notice Date
7/22/2009
 
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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-SBSS-HV-10-10_2
 
Archive Date
8/21/2009
 
Point of Contact
Scott A. Bredow, Phone: 3014350333
 
E-Mail Address
bredowsa@nhlbi.nih.gov
(bredowsa@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction This is a re-posting of a Small Business Sources Sought Notice to clarify the capabilities of interested small businesses. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses, HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to this information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under NAICS code 541712 should not submit a response to this notice. Background The NHLBI is seeking a small business with the ability to serve as a manufacturing Coordinating Center (CC) for a new six-year program, Science Moving TowArds Research Translation and Therapy (SMARTT). The purpose of the program is to assist translation to the clinic of novel synthetic, natural, or biologic therapeutic interventions arising in the scientific community for the treatment of heart, lung, and blood diseases. SMARTT will provide resources in the areas of preclinical and clinical-grade manufacturing and testing for biologics, non-biologics and small molecules in accordance with current Good Manufacturing Practices (cGMP), and in the conduct of pharmacology/toxicology studies. In addition, SMARTT will provide regulatory assistance to investigators wishing to design early stage clinical studies. SMARTT will consist of: one Production Facility (PF) for biologics; one PF for non-biologics and small molecules; a Pharmacology/Toxicology Center (PTC); and a manufacturing Coordinating Center (CC) that will provide consulting, manufacturing support, preclinical and early phase clinical study design support, and administrative and regulatory expertise. The CC will be the monitor and coordinator for organizational and regulatory aspects of the SMARTT program. SMARTT will not support clinical trials. Project Requirements The CC will 1) perform annual site visits and ensure that production and testing facilities (PFs and PTC) continually possesses all required certifications, inspections, and assurances needed to comply with United Stated Food and Drug Administration (US FDA) and 21 CFR Parts 210 and 211 governing cGMP at PFs; and to comply with US EPA Good Laboratory Practices (GLP) guidelines, NIH OLAW, and IACUC guidelines for small and large animal use at the PTC; 2) develop and maintain a Manual of Procedures (MOP) for all SMARTT services, 3) receive and process investigators’ requests for manufacturing, testing, and consulting services, 4) assist research investigators in preparing and submitting to the US FDA and other regulatory entities all necessary materials, 5) develop a program marketing plan and market the program to the research community, 6) develop, maintain, and update public and private web sites with pages for each of the program facilities (PFs and PTC), 7) establish, in collaboration with the SC, and maintain an electronic database for use in capturing information conveyed to and from groups associated with the study, 8) participate in the Steering Committee (SC), subcommittees, and teleconferences, 9) schedule, coordinate the logistics and provide minutes for teleconferences, site visits and other face-to-face meetings between groups associated with conduct of the program, 10) develop, in collaboration with the SC, request for services application, a format for feasibility assessment and customer satisfaction survey for products and services, and 11) handle travel-related expense reimbursements for program-associated group members to attend meetings and site visits. Capability Statement Small business concerns that believe they possess the capabilities necessary to undertake this study should submit complete documentation of their capabilities to the Contracting Officer. The capabilities statement should specifically address each project requirement separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of scientists, medical experts, and technical personnel as it relates to the above outlined requirements, 3) a description of general and specific facilities and equipment available, including computer equipment and software, 4) an outline of previous research projects that are similar to the SMARTT project requirements in which the organization and proposed personnel have participated, and 5) any other information considered relevant to this program. The capability statement must not exceed 15 single sided or 7.5 double sided pages in length and using a 12-point font size minimum. Interested small business organizations are required to identify their size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone numbers of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Scott Bredow, Contracting Officer, at bredowsa@nhlbi.nih.gov and Dennis Przywara, Project Officer, at przywarad@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format (PDF), within 10 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. No proprietary, classified, confidential, or sensitive information should be included in your response. 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 qualifications to perform the work. 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. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate one (1) cost-reimbursement contract for a period of six years with an approximate award date of September 1, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-SBSS-HV-10-10_2/listing.html)
 
Place of Performance
Address: Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Office of Acquisitions 6701 Rockledge Dr RKL2/6016 MSC 7902, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01884131-W 20090724/090723000141-34335fbcae202376ad3e581daf1d7eaa (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.