MODIFICATION
Q -- DLDM DETA HIV Operational, Scientific, Medical, Technical, and Administrative services.
- Notice Date
- 11/17/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- 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-R-0033
- Archive Date
- 6/23/2017
- Point of Contact
- John L. Fitzsimmons, Phone: 3016198435, Laura Tomitz, Phone: 3016194888
- E-Mail Address
-
john.l.fitzsimmons8.civ@mail.mil, laura.a.tomitz.civ@mail.mil
(john.l.fitzsimmons8.civ@mail.mil, laura.a.tomitz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- USAMRAA, in support of the Walter Reed Army Institute of Research (WRAIR), intends to solicit for the operational, scientific, medical, technical, and administrative services necessary to support the DLDM and the DETA, MHRP, WRAIR in execution of a fully integrated DLDM/DETA PWS conducting clinical service delivery and translational research for generation of Knowledge Products that inform response to and management of infectious pathogens of US Military and National Security interests. Performance under this contract shall involve work within Biosafety level two (BSL 2) laboratories. Individuals may be exposed to bio-hazardous materials, and infectious human and animal specimens to include, but not limited, HIV, hepatitis B, hepatitis C, herpes, HTLV, syphilis, Neisseria gonorrhea, chlamydia, trichomonas, Leishmania, etc. infected material. The individual shall be expected to practice safe handling of infectious materials and hazardous chemicals. Additional tasks and objectives are listed below: • Execute all phases of clinical screening (serological[antigen/antibody), supplemental confirmatory testing, clinical monitoring (viral load), therapeutic monitoring (resistance genotype testing), qualitative detection of HIV, STIs, BBIs, TTIs, histologic examination of human and animal tissues, touch preparations, bone marrow for parasite detection, parasite culture, parasite speciation, vector diagnoses, xenodiagnoses in animal models for prevalent and emerging infectious pathogens of Military or U.S. National interests, i.e., HIV, STIs, BBIs, TTIs, parasites (Leishmania, malaria) for clinical service delivery and clinical research. • Execute all phases of clinical trials for evaluation of new/novel products for submission as Pre-Market Application clinical trials for U.S. FDA approval/clearance for execution in clinical diagnostic and/or research settings; • Design, develop, evaluate, validate LDAs for detection, screening, supplemental confirmatory testing/diagnosis, and/or monitoring (viral load/resistance genotyping) of prevalent and emerging infectious pathogens of U.S. Military and/or National interest; • Generate laboratory data for development of evidence based Knowledge Products to inform US Military, US Civilian, Partner Nation (Military and Civilian), Regional, and Global Health responses. • Execute all phases of clinical screening, supplemental confirmatory testing for translational research, i.e., public/global health, diagnostic, clinical, applied research/study support for MHRP, WRAIR, United States Army Medical Research and Material Command (USAMRMC), US Agency, and external (academic/commercial) collaborations for Investigative Drug/Device (IND) vaccine, therapeutic, cure clinical trials/studies of infectious pathogens of U.S. Military, US National, and Global Health interest; • Conduct comprehensive characterization of the epidemiology of infectious pathogens of US Military interest; • Conduct translational research, i.e., public/global health, diagnostic, applied, clinical, prevention, intervention, and health systems studies for generation of evidence based Knowledge Products that inform optimal screening, prevention, and service delivery policy and practice for Service and DoD stakeholders for prevalent and emerging infectious pathogens of Military or U.S. National interests) • Conduct threat assessment studies of HIV/HIV-related and emerging BBIs and TTIs associated with the battlefield blood supply among U.S. and foreign Military personnel; • Conduct threat assessment studies of prevalent and emerging infectious pathogens of Military or U.S. National interests among populations of interest to the CoCOMs and in geographic regions of U.S. military operational significance; and • Comply with HIPAA and all relevant DoD/USG regulations for collection, storage, and transfer of sensitive data, Personally Identifiable Information (PII), and Private Health Information (PHI) involved in these tasks. The period of performance shall be a one (1) - twelve (12) month base period plus (4) - twelve (12) month optional periods. The NAICS Code for the contract is 541714 - Research and Development in Biotechnology and the PSC code is Q301: Medical Laboratory testing. This procurement is unrestricted. Award of a single contract shall be made on a competitive basis, using the best value tradeoff process among price and non-price factors described at FAR 15.101-1. The resulting contract is expected to be a cost type contract. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Anticipated Solicitation Release Date - 27 November 2017 Anticipated Question Submittal Date - 13 December 2017 Anticipated Proposal Submission Date - 4 January 2018 Offerors wishing to submit an offer are responsible for downloading their own copy of the request for proposal (RFP) and for frequently monitoring the site for any amendments. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposals specified on the solicitation may render vendor offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-R-0033/listing.html)
- Place of Performance
- Address: Walter Reed Army Institute Research (WRAIR), 503 Robert Grant Avenue, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN04744058-W 20171119/171117231108-2ec520df5267429845daa36a869bf521 (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 |