Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

A -- BioScavenger Bridging IC50 Study

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-16-S-0001
 
Archive Date
2/27/2016
 
Point of Contact
JENNIFER S. BASSETT, Phone: 301-619-8401
 
E-Mail Address
JENNIFER.S.BASSETT.CIV@MAIL.MIL
(JENNIFER.S.BASSETT.CIV@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
JOINT PRODUCT MANAGER - MEDICAL COUNTERMEASURE SYSTEMS (JPM-MCS) REQUEST FOR INFORMATION - Bioscavenger Bridging IC50 Study RFI #W911QY-16-S-0001 SYNOPSIS: The purpose of this Request for Information (RFI) is to develop and deliver an FDA licensed human butyrylcholinesterase (HuBChE). Dynport Vaccine Company LLC (DVC), a CSC company, is the Prime Contractor for this effort. On behalf of DVC, JPM-MCS is seeking interest by research and/or commercial entities with the capability to perform an in vitro IC50 Determination study to support the program's bridging strategy. Respondents are invited to provide materials related to their capabilities to fulfill ALL or ANY of the requirements listed below. Respondents should provide whether their level of interest and current capability is to fulfill the entire scope of the effort, or a limited aspect of the effort. This is a Request for Information (RFI) for planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this RFI. 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. The Government will not reimburse respondents for preparation of the response. BACKGROUND: DVC is looking for a subcontractor capable of performing an IC50 determination for Guinea Pig, Rhesus Macaque and Human Erythrocyte-associated Acetylcholinesterase (AChE) exposed to organophosphate nerve agents (GD and VX). The goal of this in vitro study is to measure and determine concentrations of two organophosphate nerve agents (GD and VX) required to inhibit the erythrocyte-associated AChE by 50% (fifty percent) for three different species (GP, RM and Hu) at pH 7.4, 370C in 50mM phosphate buffer. The methodology for determination of IC50 values has been described by Wang at al, 19821. Preparation of erythrocyte-associated AChE from GP, RM and human whole blood samples has been described by Worek at al, 20022. 1Cheng Wang and Sheldon D. Murphy (1982). Kinetic Analysis of Species Difference in Acetylcholinesterase Sensitivity to Organophosphate Insecticides. Toxicology and Applied Pharmacology 66, 409-419. 2Worek, F., Reiter, G., Eyer, P., Szinicz, L., (2002). Reactivation Kinetics of Acetylcholinesterase from Different Species Inhibited by Highly Toxic Organophosphates. Archives of Toxicology 76, 523-529. OBJECTIVES: MINIMUM CAPABILITY REQUIREMENTS 1. Appropriate safety practices in place to handle organophosphate nerve agents (GD and VX). 2. Demonstrated ability to perform in vitro enzyme inhibition studies. 3. Demonstrated ability to produce data and documentation for submission to the FDA in support of product licensure. 4. Demonstrated ability to perform project management minimally including status meetings and monthly reports (including technical, schedule and cost elements). SUBMISSION INSTRUCTIONS: Respondents to this notice must provide, as part of their response, a capability statement that includes, clear and convincing documentation of their capability of providing the requirement as specified in this notice. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement. The response is limited to ten (10) pages. The 10-page limit does not include the cover page, executive summary, or references, if provided. All written responses must be received within Fifteen (15) Calendar Days of issuance of this RFI. Submissions should: (1) Use Microsoft Word or Adobe Portable Document Format (PDF); (2) Be sent to the POCs identified below (email is preferred); (3) Be complete, sufficiently detailed, and organized in a manner that tracks to the information requested in this RFI; (4) Include a single company point of contact with name, title, address, telephone numbers, and e-mail address (es); and (5) Not exceed 10 single-sided pages in total (not including the cover page, executive summary, or references). Other media types (i.e., CD, printed technical information) that meet the submission criteria above will be accepted. Material that is advertisement only in nature is not desired. Please address responses to this notice to: Contract Specialist, Jennifer Bassett: jennifer.s.bassett.civ@mail.mil Please designate a company point of contact (telephone, address, and email). All questions regarding this RFI must be in writing or emailed. No telephone inquiries will be accepted. The North American Industry Classification System (NAICS) Code for this notice is 325414 "Biological Product (except Diagnostic) Manufacturing," with a size standard of 500 employees. Responders must identify their company's business size (based on the NAICS size standard), business status (i.e. small business, disadvantaged, HUBzone, woman owned, service disabled veteran owned). Please ensure that your registration in the System for Award Management (SAM) is up to date prior to submission of your response. Further information and registration information may be found at the following website: https://www.sam.gov/portal/public/SAM/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21813b6f89a053841dff26f0aeebc706)
 
Place of Performance
Address: 110 Thomas Johnson Drive, Suite #240, FREDERICK, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN04001399-W 20160128/160126234558-21813b6f89a053841dff26f0aeebc706 (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.