SOURCES SOUGHT
65 -- Malaria Culture Service - Statement of Work
- Notice Date
- 7/2/2018
- Notice Type
- Sources Sought
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800271
- Point of Contact
- Stuart G. Kern, Phone: 3014023334
- E-Mail Address
-
stuart.kern@nih.gov
(stuart.kern@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Malaria culture service statement of work. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: Malaria affects an estimated 250 million people worldwide, particularly in the tropical regions of Sub-Saharan Africa and approximately 650,000 patients die each year. Even while on current therapies, patients remain infectious for a period of time, allowing further mosquito-borne transmission to others. Control of parasite transmission is critical for elimination and eradication of malaria. However, most antimalarial drugs are not active against sexual stage P. falciparum parasites - called gametocytes - which are responsible for the spread of malaria from person to person via mosquitoes. Torin2 was identified as a lead molecule in a new class of gametocytocidal antimalarial drugs. As part of a lead optimization program, researchers are using a gametocyte viability assay, as well as an asexual stage parasite assay to optimize the Torin2 series and advance a drug candidate through pre-clinical development and early clinical development. Purpose and Objectives: The scope of this work is for a 24 month malaria culture service that will provide asexual blood stage cultures and medium on a monthly basis, and enriched late stage gametocyte cultures, blood, and medium on a quarterly basis.. Project requirements: Monthly asexual stage parasites and quarterly provision of Plasmodium falciparum enriched gametocytes for use in viability assays: 1. Plasmodium falciparum asexual parasites (20 mL), with ring stages >90%. 2. Complete medium (100mL) for asexual parasites. 3. Plasmodium falciparum enriched gametocytes (5 mL), stage IV-V >70%. 4-5X10^7 gametocytes/ml 4. 50% Blood (1-5 mL). 5. Complete medium (100mL) for enriched gametocytes. Anticipated period of performance: 24 months, beginning after receipt of award. Other important considerations: See the attached Statement of Work for detailed descriptions of the deliverables, acceptance criteria, and reporting requirements. Capability statement /information sought. Respondents must provide, as part of their responses, a capability statement or other information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) how shipping/delivery of the cultures can be accomplished, with regard to viability of the shipped cultures, integrity of results, and safety; (d) prior completed projects of similar nature; (e) corporate experience and management capability; and (f) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Stuart Kern, Contract Specialist, stuart.kern@nih.gov. The response must be received on or before July 11, 2018, at 4:00 p.m., Eastern time. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800271/listing.html)
- Place of Performance
- Address: National Center for Advancing Translational Sciences, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04976876-W 20180704/180702230942-bd9ab43638a2c0829ce99953ee807d5c (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 |