Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

A -- Mice Study for the 2nd Generation NYVAC-based Malaria Vaccine.

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-17-T-0089
 
Point of Contact
Flodean Billings, Phone: 3016192648
 
E-Mail Address
flodean.p.billings.civ@mail.mil
(flodean.p.billings.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Mice Study for the 2nd Generation NYVAC-based Malaria Vaccine. Solicitation: W81XWH-17-T-0089 Notice Type: Sources Sought Response Date: 11 January 2017 Classification Code: A- Research and Development NAICS: 541- Professional, Scientific, and Technical Services 541712-R&D in Physical, Engineering, Life Sciences (Except in Biotechnology) Synopsis: The Government requires support to successfully perform the projects, tasks, and subtasks outlined below designed to support the Walter Reed Army Institute of Research (WRAIR) to test the immunogenicity and safety of the WRAIR rNYVAC malaria vaccine to benefit the war fighter within the Army Objectives: The overall objective is to have an ASU expert to oversee and conduct the scarification technique of the 2nd mice experiment to continue optimizing the route of immunization for the WRAIR recombinant NYVAC (WRrNYVAC) expressing P.falciparum protein. REQUIRED TASKS: The contractor will update existing ASU IACUC protocol(s) to include testing as described in the animal research plan document (attached). Contractor will immunize and harvest at time point proposed in the animal research plan and ship samples to WRAIR. Immunogenicity study will be conducted at WRAIR. Contractor will order the required number of mice from Charles River. Contractor will use only healthy naïve mice in protocols and experimental designs. Health monitoring report from animal vendors shall be provided and reviewed. Contractor will house the mice within ASU's vivarium. Contractor will execute protocols and experimental designs generated by WRAIR for the testing of malaria vaccines. Contractor will ensure all animal studies are performed in a safe and ethical manner as defined by the respective regulations. Contractor will prepare and ship samples in aseptic containers to WRAIR. Contractor will document each experiment in detail in a laboratory notebook. RFI INSTRUCTIONS: Interested parties are asked to respond to this RFI and submit a capabilities statement that supports the focus of this RFI. Please review the place of performance requirements. Please submit written responses via email in Microsoft Office 2000 or 2007 format. All responses should be complete: in 12-point font; and not to exceed 5 pages total, including graphics, tables, and appendices. No hardcopies shall be accepted. No written solicitation document is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. No inquiries regarding any potential future acquisition activities shall be entertained. There is proprietary information involved in this requirement which may preclude some established clinical trial centers from competing on this requirement, although no decisions have been finalized at this time. Potential offerors are requested to direct all questions via email to the Point of Contact listed below. Responses are due to the Point of Contact, Ms. Flodean Billings at email: flodean.p.billings.civ@mail.mil no later than 10:00 AM EST, Friday, January 13, 2016 CAUTION: This is an active requirement. Contractors are strictly prohibited from discussing this requirement with any member of the program office. All discussion shall be with the point of contact listed above. DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any kinds of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0089/listing.html)
 
Place of Performance
Address: Contractor's location, United States
 
Record
SN04369569-W 20170113/170111234716-31f9c5314d68b64da0111a2e7830b7ab (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.