Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOLICITATION NOTICE

B -- Study 50 Lethal Dose (LD50) of PR 834 (HINI) Virus in MIce Following Inhalation Exposure

Notice Date
7/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
SOL1073706
 
Archive Date
8/10/2010
 
Point of Contact
Mary Rose A. Nicol, Phone: 3018277183
 
E-Mail Address
MaryRose.Nicol@fda.hhs.gov
(MaryRose.Nicol@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-30. This announcement constitutes the only solicitation and a written solicitation will not be issued. This combined synopsis/solicitation, NAICS code 541690, is to notify contractors that the government intends to issue a Firm Fixed Price Contract in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This action is an unrestricted procurement/full and open competition with a performance period 90 days from the date of award. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quotes (RFQ). The Food and Drug Administration (FDA) intends to award a contract for the Study of 50 Lethal Dose (LD50) of PR 834 (HINI) Virus in Mice Following Inhalatin Exposure for the FDA in accordance with the following statement of work: Statement of Work (SOW)-Requirement for SRI Protocols Part I: General Information A. Introduction The action requires the purchase of a service performed by Southern Research Institute (Birmingham, AL) to determine the LD50 of influenza virus in mice by means of inhalation exposure following by a challenge study to determine immune protection after vaccination. These protocols are following up a previous study (performed by Southern Research Institute) that established the conditions for delivery of influenza virus as an aerosol to mice. B. Background Delivery of virus as an aerosol requires the use of specialized equipment and expertise. Southern Research has defined the conditions that allow reproducible delivery of influenza virus to the lungs of mice. With the initial study completed it is essential to follow up with additional protocols for work to define immune correlates of protection against influenza viruses. C. Scope Two protocols will be performed including Determination of the 50% Lethal Dose (LD50) of A/PR/8/34 (H1N1) Virus in Mice Following Inhalation Exposure (P09.1030) and Vaccine Protection in a Murine Influenza Inhalation Model of Infection (P09.1075). The estimated value is $85,600. Part II: Work Requirements A. Technical Requirements Aerosolization of influenza requires approval by safety and animal care and use committees, specialized equipment and technical expertise. the contractor must have investigators who have extensive experience in delivering other pathogens to mice. The equipment must be be calibrated to deliver aerosol droplets of a known size to the noses of mice. B. Deliverables The selected contractor will provide us with results/data analysis from aerosol studies that will contribute to our goal of defining immune correlates of protection against influenza viruses. Part III: Supporting Information C. Period of Performance Delivery expected within 90 days of award D. Special Considerations N/A Part IV: Evaluation Criteria • Ability to meet all technical criteria • Price • Past Performance The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced. Relative importance and trade-offs. The Government will base the determination of best value on performance and evaluation factors as identified above. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to maryrose.nicol@fda.hhs.gov no later than July21,2010 5:00 PM EST. QUOTATIONS DUE: All quotations are due, via email to: maryrose.nicol@fda.hhs.gov no later than 5:00 pm, EST on July 26, 2010. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33, FAR 52.217-9 Option to Extend the Term of the Contract. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to maryrose.nicol@fda.hhs.gov No phone calls will be accepted. Please note: The technical and cost proposal must be not longer than 10 pages in length.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/SOL1073706/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02207044-W 20100717/100715235224-2fc5fa6296d57b7c5f88dc7e756e92f5 (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.