Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOURCES SOUGHT

A -- Naval Medical Research Support

Notice Date
1/4/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY10R0024
 
Response Due
1/14/2010
 
Archive Date
3/15/2010
 
Point of Contact
John Loper, 407-384-5499
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(john.loper2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice (SSN) This is not a solicitation for bids/proposals but a SSN. This special notice synopsis is issued for the sole purpose of Navy Medicine to conduct Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10. Navy Medicine Research & Development conducts research to enhance Navy Medicines operational readiness and performance when delivering health care. This effort is to provide comprehensive acquisition life cycle support services related to the American Warfighter as a weapon system in the context of Navy Medicine research. This includes (1) conducting extramural medical research or intramural (on-site) medical research performed by contractors or (2) rapidly developing prototype infrastructure augmentations necessary to conduct such research. The former includes medical research areas of interest such as: biological defense; infectious diseases; combat casualty care; dental and biomedical research; direct energy bioeffects; environmental health; aerospace medicine; undersea medicine; tropical medicine; marrow donor program; medical modeling, simulation, and mission support; warfighter performance; epidemiology and behavioral sciences; and special focus topics such as traumatic brain injury. The latter includes large-scale research infrastructure needs critical to Navy Medicines continued progress towards its strategic objectives and addresses enterprise or other major research services, capacities, processes (e.g., FDA IND), or facilities that meet the needs of Navy Medicine research efforts. This infrastructure could be focused on individual investigators or large groups of investigators or on disciplinary or multidisciplinary efforts. The infrastructure is intended to address the needs of researchers and scholars across the array of scholarly fields represented across Navy Medicine. Attempts to define what qualifies as research infrastructure will be imperfect and Navy Medicine will no doubt need to exercise judgment in evaluating the eligibility of individual submissions. Eligible examples may include: commercial processes (e.g., Contract Research Organizations), manufacturing (e.g., vaccine development), laboratories, major research equipment and technical staff support, repositories (e.g., tissue banking, genome repositories, artifact storage), high-end or unique computing needs (in consonance with Navy CIO direction), support staff/facilities for developing, using or maintaining equipment or laboratories, and research staff for consulting or other services (statistics, surveys, research/analysis design, biological computing). Examples not eligible are: new buildings or complete building renovations or infrastructure not related to research. Currently there are contract holders providing services under Omnibus 1 and 2. Omnibus 1 was specifically designed for medical research but only for that portion of medical research necessary to complete the mission peculiar to the Naval Health Research Center (NHRC) and not all of Navy Medicine. Omnibus 2 was specifically designed for services in support of NHRC medical research such as fiscal and program management related services and not for all of Navy Medicine. Neither Omnibus 1 nor 2 addressed the Navy Medicine comprehensive extramural research requirement or the infrastructure necessary to sustain Navy Medicine research. Companies for profit, laboratories, joint ventures, vaccine manufacturers, Contract Research Organizations, non-profits, and universities are encouraged to respond. CCR registration is required for awards. ESTIMATED DOLLAR VALUE: $497 Million, as the ceiling for the entire contract ACQUISITION APPROACH: The Government intends a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) to a Full and Open Lot and a Partial Small Business Set-Aside Lot. Individual Task Orders will be competed amongst the ID/IQ awardees within the specific Lot. DISCLAIMER: This notice does not constitute an invitation for bids, or a Request for Proposal (RFP), and is not a commitment by the U.S. Government to procure subject services. RESPONSES REQUIRED: Interested offerors should provide a submission via email that includes a capabilities statement to the Contract Specialist by the closing date. Capabilities statements shall not exceed one (1) page and should outline the offerors ability to provide R&D services in the subject areas listed above. The submission must include a company name, address, telephone number, business size*, DUNS number, Federal CAGE Code, and point(s) of contact with an e-mail address, and a description of similar contracts. * Business size is the average monthly employee count over the last 12 months and the average annual gross revenue (in dollars) over the last three complete accounting years (for all entities of the company, including parent and sibling organizations, independent of NAICS code). This SSN is not a commercial solicitation per FAR Part 12. Questions may be FAXed via 407-208-3401. No discussions will be conducted telephonically. Point of Contact John Loper, 407-384-5569, John.Loper2@us.army.mil Place of Performance United States of America
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1c0794abeaa1663461a5929d8b9d50f)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02034551-W 20100106/100104235809-b1c0794abeaa1663461a5929d8b9d50f (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.