MODIFICATION
Q -- Laboratory Testing Services
- Notice Date
- 10/6/2009
- Notice Type
- Modification/Amendment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Health and Human Services, Office of the Secretary, Assistant Secretary for Preparedness and Response, Biomedical Advanced Research and Development Authority, 330 Independence Avenue, SW, Rm G640, Washington, District of Columbia, 20201, United States
- ZIP Code
- 20201
- Solicitation Number
- SS-BARDA-09-39
- Archive Date
- 11/5/2009
- Point of Contact
- Brenda O Brooks, Phone: 202-260-1460
- E-Mail Address
-
brenda.brooks@hhs.gov
(brenda.brooks@hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice (SSN) is not a Request for Proposal (RFP) and does not constitute a commitment by the Government. The Government is currently conducting market research in accordance with Federal Acquisition Regulation, Part 10. The purpose of this announcement is to identify potential SMALL BUSINESS sources to provide the requirement and gather information on current capabilities within the market. Potential respondents must be a small business under the North American Industry Classification System (NAICS) code 621511. The size standard for this NAICS code is $13.5 million. No other businesses should respond to this notice. All information submitted in response to the sources sought notice is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Proprietary information submitted should be marked appropriately. All submitted information shall remain with the U.S. Government and will not be returned. The potential Offeror should demonstrate virology expertise and capability of working with respiratory pathogens including novel and highly pathogenic influenza viruses, have laboratory capability of at least a BL-3 laboratory, in order to: •Provide laboratory services to propagate viruses and other respiratory pathogens, prepare and characterize samples; and •Perform analytical evaluation of influenza test systems, including rapid influenza point-of-care tests. A potential Offeror must provide evidence of the following characteristics, which are considered mandatory evaluation criteria: 1.The Offeror must possess necessary licenses, certifications, and permits to acquire, maintain, and work with a range of influenza viruses and other respiratory pathogens, to include highly pathogenic and novel influenza viruses. 2.Documented assurance that all work will be done within the confines of their place of business at one location. 3.Documented capability of at least BL-3 containment practices, equipment and facility safeguards. 4.Developed quality systems and compliance with good manufacturing practices. 5.Compliance with current IATA and DOT training requirements for shipping infectious materials. Respondents to this sources sought notice may identify their interest by submitting a capability statement, including how they plan to meet the mandatory qualification criteria, and the amount of time needed to complete specific tasks, the primary contact information at the organization (name, email, address and telephone number) handling this Sources Sought Notice, in the event HHS has additional questions or requires clarification of the submitted information. Responses are limited to 5 pages. All respondents and comments to this sources sought notice shall be submitted to Brenda Brooks at brenda.brooks@hhs.gov by 1:00 PM EST, October 21, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/SS-BARDA-09-39/listing.html)
- Record
- SN01980588-W 20091008/091006234534-f373a19eef353f69efc81c678275816f (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 |