SOURCES SOUGHT
A -- Developmen tof Inhalation Atropine Drug Delivery System to Treat Mild to Moderate Lingering Symptoms of Nerve Agent Intoxication
- Notice Date
- 1/8/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except 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-0004
- Response Due
- 1/20/2010
- Archive Date
- 3/21/2010
- Point of Contact
- Leo Fratis, (301)619-7421
- E-Mail Address
-
US Army Space and Missile Defense Command, Deputy Commander
(Leo.Fratis@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Chemical Biological Medical Systems - Medical Identification and Treatment Systems Joint Product Management Office (CBMS-MITS JPMO) mission is to rapidly provide the Warfighter with safe, robust, affordable medical countermeasures (MCMs) against a broad spectrum of Chemical Biological Radiological and Nuclear (CBRN) threats. Current CBMS-MITS JPMO products include Food and Drug Administration (FDA) approved drugs and diagnostic devices. The CBMS-MITS JPMO is seeking interest by commercial entities with the capability to develop an inhalation atropine drug delivery system to treat mild to moderate lingering symptoms of nerve agent intoxication. The Contractor shall be responsible for conducting advanced development activities as well as, if necessary, selecting and managing Subcontractors, with the necessary capability of conducting various activities associated with pharmaceutical development consistent with eventual approval by the U.S. Food and Drug Administration (FDA). Respondents with interest, experience, and capability to develop and manufacture the above mentioned CBRN therapeutic are encouraged to respond. Specific functional capabilities include, but are not limited to, the following: a) Program management of technically complex efforts; b) Technical expertise in pharmaceutical product and price development; c) Successful subcontracting with innovative companies; d) Regulatory interactions with the FDA to product approval under the Federal Food, Drug, and Cosmetic Act or Section 351 under the Public Health Service Act; e) Experience with clinical trials. This is not a request for competitive proposals, but parties interested in responding must furnish in writing, a 3-4 page (not including cover page, index or list of references) synopsis of their capability to accomplish the described work effort. Companies responding to this notice must provide complete contact information (telephone, address, email address). The North American Industry Classification Systems (NAICS) for this notice is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) (with a size standard of 500 employees). Respondents must identify their company's business size (based on the NAICS size standard), business status (i.e. large business, small business, disadvantaged, HUB zone, woman-owned, service-diabled, veteran-owned). Please also include information regarding any prior experience with U.S. Government contracts and favorable experience working with the FDA. Respondents are encouraged to provide alternative contracting solutions and to describe the benefits and limitations of various contracting strategies. For any anticipated subcontractors, provide documentation regarding their capabilities and the respondents demonstrated ability to carry out identification, awarding and management of subcontractor efforts. The Government will retain comments and information received in response to this notice. Proprietary information should be identified as Company Proprietary. Do not use Government Security Classification markings. Any information provided to the U.S. Government in response to this sources sought notice is for planning purposes only and will not be used as a selection consideration factor in any U.S. Government contract competition. Should the U.S. Government elect to pursue the subject requirement, and official Request for Proposal will be released at a later date in accordance with FAR Part 5. This Sources Sought Notice allows qualified sources for this requirement to self identify. 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 any information solicited. No solicitation document exists or is guaranteed to be issued as a result of this notice. All written responses must be received by January 20, 2010. The Government Contracting Officer for this notice is Lynn M. Selfridge. Responses should be addressed to the Government Contract Specialist, Richard Totten: Richard.Totten1@us.army.mil. Respondents shall designate a company point of contact for the Government (telephone, address, and email). Preferred media is electronic (i.e. Microsoft Word, Portable Document Format, or MS Power Point) via e-mail submission. However, other media types (i.e. CD, printed technical information) will be accepted and should be sent to US Army Space & Missile Defense Command, ATTN: Richard Totten, 64 Thomas Johnson Drive, Frederick, Maryland 21702. Material that is advertisement only in nature is not desired.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-10-S-0004/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
- Zip Code: 35807-3801
- Record
- SN02038407-W 20100110/100108235458-7502e57f57c25f0a019158de53a9626a (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 |