Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SPECIAL NOTICE

A -- "Continued Model Development to Establish Reproducible Phosgene Injury at 24 Hours".

Notice Date
8/6/2012
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH12R0079
 
Archive Date
11/4/2012
 
Point of Contact
Myrsonia Lutz, 301-619-8896
 
E-Mail Address
US Army Medical Research Acquisition Activity
(myrsonia.lutz@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Medical Research Acquisition Activity (USAMRAA) intends to issue a firm-fixed price contract to a single source under the authority of FAR 6.302-1 on or about 01 September 2012, to the Ministry of Defense, DSTL POTO, Salisbury, UK on behalf of the U.S. Army Medical Research Institute of Chemical Defense (USAMRICD). The period of performance will be for a Base Year 1 and one (1) Option Period - Year 2. This is a follow-on research contract from the previous U.S. Army Medical Research and Materiel Command (USAMRMC) Broad Agency Announcement 07-01 (BAA), Contract Number W81XWH-09-C-0083, for the period of performance of three (3) years. The research was submitted under the USMRMC in accordance with the provisions of the Competition in Contracting Act of 1984 (PL 98-369) as implemented by the Federal Acquisition Regulation 6.102(2) (1). The prospective Contractor had initiated the swine phosgene inhalation model development and the initial proof of concept of a recovered swine model. The purpose was to monitor the development of acute lung injury following phosgene exposure providing crucial physiological, biochemical and pathological information during the first 24 hours of post-exposure. Under the new contract (Base Year 1), the Contractor shall refine, evaluate and assess the systems in an air exposed control animal, and phosgene exposed animals. For the Option Period - Year 2, the Contractor shall evaluate a therapeutic compound shown to have therapeutic efficacy against phosgene poisoning in a small animal model. To maintain data continuity of an on-going approved research protocol and validity of the scientific research already completed, it is imperative that the same laboratory continue these exposures. Changing the exposure method will change the results of the on-going research project and will reduce the comparability of the results from previous work to the on-going protocols. Three years of research has been performed at this point to develop and validate the exposure model at DSTL. All of this work would have to be repeated if a different offeror is selected which would result in duplication of costs and a delay to the timeline of the project that is not expected to be recovered through competition. Purchasing additional animals to repeat studies would violate the tenets of the 3 R's of animal use in research defined by the Animal Welfare Act (reduce, refine, and replace). The North American Industrial Classification System (NAICS) code for this acquisition is 541712 and the size standard is 500 Employees. Interested vendors may identify their interest and bona fide capability to fulfill the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen (15) days after date of publication of this synopsis will be considered by the Government. The Government will notify parties of the outcome of any proposal submitted in response. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offeror shall submit their mini-proposals on Standard 8.5 x 11-inch paper using Times New Roman, 11 point font, with one inch margins using Microsoft Word. See instructions below: Topic: Similar Experience = Maximum of 3 projects over the past 5 years; Maximum of 5 pages per project Topic: Past Performance = Maximum of 5 past performances over the past 10 years. Topic: Technical Document: 10 Page limitation The Offeror's mini proposal shall be submitted electronically to the attention of Myrsonia Lutz, Contract Specialist, at myrsonia.lutz@us.army.mil, and are due no later than Friday, 24 August 2012; 12:00 PM Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12R0079/listing.html)
 
Record
SN02828171-W 20120808/120806235324-69232ee6f7f097ceb230006ebecd41ed (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.