Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOURCES SOUGHT

A -- Development of Medical Countermeasures needed for Pre- and Post-Exposure Prophylaxis and Therapy of Cases Due to Intracellular Bacterial Pathogens.

Notice Date
1/19/2010
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-10-S-0001
 
Response Due
2/17/2010
 
Archive Date
4/18/2010
 
Point of Contact
Drake Russell, 301-619-8472
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(drake.russell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Qualified/Capable Business Sources Sought Notice (SSN). This is NOT a solicitation for proposals, proposal abstracts, or quotations. This notice is published for market research purposes only to obtain information regarding: (1) the availability and capability of all qualified business sources; (2) whether they are small businesses; HUB Zone small businesses; service-disabled, veteran-owned small businesses; (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. This notice is open to qualified business sources of all sizes. The North American Industry Classification System (NAICS) Code 541711. Your responses to the information requested will assist the Government in determining the appropriate acquisition method for the advanced development of Medical Countermeasures (MCMs). BACKGROUND AND MISSION: Synopsis: The Joint Program Executive Office (JPEO) for Chemical Biological Defense is seeking medical countermeasures for pre- and post-exposure prophylaxis and therapy of cases due to intracellular bacterial pathogens in support of the Transformational Medical Technologies Initiative (TMTI) program. The TMTI mission is to protect the Warfighter from naturally emerging or genetically engineered biological threats by providing a capability that includes rapid response (platform capability) and the development of broad spectrum Food and Drug Administration (FDA) approved medical countermeasures. High priority organisms include hemorrhagic fever viruses and intracellular bacteria on the Centers for Disease Control and Prevention (CDC) Category A and B high priority pathogen list. PURPOSE AND OBJECTIVES: Specifically, the program is interested the development of pre- and post-exposure prophylaxis (excluding vaccines) and therapeutics for illnesses due to intracellular bacterial pathogens. This request prioritizes the inhalational route of bacterial challenge, but the candidate medical countermeasures may be administered by oral, transdermal, inhalational, or other parenteral routes. Etiologic agents within the biodefense domain may include, but are not limited to Yersinia pestis, Burkholderia spp., Francisella tularensis, Brucella spp., and Bacillus anthracis. TMTI prioritizes candidates that have a broad anti-bacterial spectrum of activity (see definitions below). The intended use may be administration as a standalone or adjunctive therapy. Solutions from domains outside of biodefense related-research (e.g. HIV, cancer, sepsis, and trauma) with the potential for efficacy against the above etiologic agents are encouraged. Approaches may include new discoveries or repurposing of FDA approved treatments or candidates in late development. If the drug or biologic can be used as pre-exposure, post-exposure prophylaxis in addition to treatment, it would be of higher interest Definitions: 1. Broad Spectrum Antibiotics The term broad spectrum in this context has a threshold and an objective: Threshold:activity against two or more bacterial genera Objective:activity against at least two of the following threats "Yersinia pestis, "Burkholderia mallet, "Francisella tularensis, "Burkholderia pseudomallei, "Brucella spp., and "Bacillus anthracis 2. Platform - A technology that is rapidly adaptable to multiple threats i.e. a flexible backbone that can be tailored to specific intracellular bacterial pathogen threats. REQUIREMENTS: Sources having the capability and/or concept to meet these requirements are invited to respond to this SSN. Responses should be limited to ten (10) pages for any given concept, not including cover page, cover letter and table of contents. Any and all information submitted in response to this notice is strictly voluntary and in no way obligates the Government or otherwise make a contract award. Submitted data and information will not be returned. Input on technical aspects of the responses may be solicited by JPEO from non-government consultants/experts who are bound by appropriate non-disclosure requirements. For all SSN responses, an additional, non proprietary cover page is also requested identifying your company name, technical point of contact, and contact information. Respondents to this notice must provide, as part of their response, a statement regarding their capabilities. Respondents must include their DUNS number, organization name, address, point of contact, size and type of business. SUBMISSION INSTRUCTIONS: Respondents should provide responses: (1) using Microsoft Word or Adobe PDF using single space, 11 font minimum and 8 x 11 size paper; (2) organizing material in such a manner that clearly identifies and addresses capability and concept statement; (3) including technical and administrative points of contact, with names, titles, addresses, telephone and fax numbers, and e-mail addresses; and (4) not exceeding ten (10) single sided pages in total (not including cover page and cover letter, sent via email to: drake.russell@us.army.mil; (no later than Wednesday February 17, 2010 at 2:00 PM EST. DISCLAIMER AND IMPORTANT NOTES: The Government will not pay for any information submitted in response hereto. This notice does not obligate the Government to issue a solicitation or to award a contract. 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 organizations 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation which may be published in the future. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Contracting Office Address: USASMDC, ATTN: SMDC-RDC-EB, CBMS 64 Thomas Johnson Drive Frederick, MD 21702 Point of Contact: Mr. Drake Russell, Contract Specialist, JPEO CBD; email address: drake.russell@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-10-S-0001/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02044952-W 20100121/100119235243-7e14e53c60d702ad58f38d16f2ea4a31 (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.