SOURCES SOUGHT
A -- Full service Contract Research Organization (CRO)
- Notice Date
- 1/5/2011
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DVC0190-10
- Response Due
- 1/14/2011
- Archive Date
- 3/15/2011
- Point of Contact
- Lawrence Mize, 301-619-9813
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(lawrence.mize@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Please provide your capabilities statement for the following work: DynPort Vaccine Company LLC, a CSC company (DVC) is the prime systems contractor for the United States (U.S.) Department of Defense Joint Vaccine Acquisition Program (JVAP) and is responsible for the advanced development and licensure with the U.S. Food and Drug Administration (FDA) of vaccines and other biological products designed to protect against a variety of biological agents. A Phase 3 clinical trial is planned as a well-controlled study to evaluate the safety and immunogenicity of Recombinant Botulinum Vaccine A/B, referred to as rBV A/B, in an adult population 18 through 55 years of age. In this Phase 3 clinical study, approximately 4,950 volunteers will be randomized in a 2:1 (rBV A/B to Placebo) ratio. This Phase 3 clinical trial is expected to be conducted using domestic resources and facilities. The project is expected to be conducted from January 2012 through March 2015. Full service Contract Research Organization (CRO) capabilities are required. The CRO must have and maintain a Federalwide Assurance with the U.S. Department of Health and Human Services (HHS), Office for Human Research Protections (OHRP). Government contracting experience is strongly preferred. Knowledge and experience using earned value management (EVM) and Microsoft Project is required. Indemnification of the CRO or third party vendors such as the clinical sites will not be offered. Each response should include the following Business information: a.DUNS number b.Company Name c.Company Address d.Company Points of Contact (both technical and administrative/business), including names, titles, addresses, telephone and fax numbers and email addresses. e.Do you have a Government-approved accounting system? f.Type of Company (i.e. small business, 8(a), woman owned, veteran owned, etc). ***** Contact Information: Inquiries shall be transmitted either via email or paper copy to Linda S. Howell, Sr. Principal Subcontract Administrator, DVC, a CSC Co. at 64 Thomas Johnson Drive, Frederick MD 21702 or via email to: LHowell3@csc.com. ***** Disclaimer: This notice does not obligate DVC to award a contract or otherwise pay for the information provided in response. Note that DVC will not entertain questions regarding this Market Research; however, general questions can be presented in your response. Confidentiality: No proprietary, classified, confidential or sensitive information should be included in your response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ef61edbdcb6ea861b412445210c6418d)
- Place of Performance
- Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02355015-W 20110107/110105234318-ef61edbdcb6ea861b412445210c6418d (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 |