Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOURCES SOUGHT

99 -- Medical Countermeasure Systems - Joint Vaccine Acquisition Program (MCS-JVAP) REQUEST FOR INFORMATION for the Development of Western, Eastern, and Venezuelan Equine Encephalitis (WEVEE) virus vaccine manufacturing.

Notice Date
8/19/2013
 
Notice Type
Sources Sought
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-13-R-0086
 
Response Due
9/20/2013
 
Archive Date
10/18/2013
 
Point of Contact
Nathan C. Jordan, 508-233-6034
 
E-Mail Address
ACC-APG - Natick (SPS)
(nathan.c.jordan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Title: Medical Countermeasure Systems - Joint Vaccine Acquisition Program (MCS-JVAP) REQUEST FOR INFORMATION for the Development of Western, Eastern, and Venezuelan Equine Encephalitis (WEVEE) virus vaccine manufacturing. Synopsis: This is a Request for Information (RFI) for planning purposes only, as defined in FAR 15.201e. This is not a solicitation for proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this RFI. 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. Background: The Medical Countermeasure Systems - Joint Vaccine Acquisition Program (MCS-JVAP), previously known as the Chemical Biological Medical Systems (CBMS)-JVAP, is the advanced developer for the Department of Defense (DoD) and is responsible for developing, producing and stockpiling FDA-licensed vaccines to protect the Warfighter from biological agents. The current MCS-JVAP portfolio includes vaccines at varying stages of clinical development in addition to Food and Drug Administration (FDA) licensed vaccines. Requirement: MCS-JVAP has a requirement for a pre-exposure prophylaxis vaccine that provides protection against WEVEE viruses. Purpose and Objectives: The primary objective of issuing this Request for Information (RFI) is to gather information that will assist in determining a suitable solution to efficiently, effectively, and economically provide process development, formulation development, assay development, and current Good Manufacturing Practices (cGMP)-compliant manufacturing of a mammalian-based vaccine under Biosafety level 3 (BSL-3) conditions suitable for non-clinical and Phase 1 clinical trials under an Investigational New Drug (IND) application. Specifically, please describe your company's current (or ability by 1QFY15)in-house capabilities/facilities and experience in the areas listed below. If the current capability does not exist for one or more of the areas, please note when it will be available. A.Process Development: i.Current utilization of Quality by Design principles for the identification of critical manufacturing quality attributes and process parameters in biologics development ii.Identification, selection and development of cGMP master and working cell banks iii.Optimization of adherent or suspension cell lines and use of microcarriers iv.Optimization of electroporation or transient transfection v.Stable cell line generation vi.Optimization of downstream purification to include tangential flow filtration (TFF), chromatography (ion exchange, size exclusion, affinity, mixed-mode etc.), centrifugation, bulk filtration or other clarification steps for multiple antigens vii.Technology Transfer procedures B.Formulation Development: i.Optimization of product formulation to enhance stability and improve immune response ii.International Conference on Harmonisation (ICH) compliant stability testing C.Assay Development: i.Development of analytical assays to include in-process and lot release assays for cGMP bulk and final product D.BSL-3 cGMP Manufacturing i.BSL-3 manufacturing capability, capacity (bioreactor volume etc.), and availability ii.Manufacturing material (BSL-2 or BSL-3) released for clinical use and the clinical phase(s) for which the material was manufactured E.Fill Finish Capability F.Regulatory Support i.Overarching quality assurance program and the integration of quality assurance into process development and cGMP manufacturing efforts ii.Dates of past FDA facility audits, including preapproval inspections and resolution of form 483 inspection observations iii.Ability and experience working with the Food and Drug Administration iv.Preparing Chemistry Manufacturing and Controls (CMC) regulatory submissions to support INDs and Biologics License Applications (BLAs) in electronic Common Technical Document (eCTD) format v.Participation in FDA meetings G.General i.Company business size (based on the NAICS size standard, business status (i.e., large business, small business, disadvantaged, service-disabled veteran-owned small business, etc.) and date of incorporation ii.Management of quality systems iii.Program management structure iv.Subcontractor management v.Length of time similar services have been provided vi.DoD experience vii.Customer service capability The Government will retain comments and information received in response to this RFI. Proprietary information should be identified as Company Proprietary. Do not use Government Security classification markings. Questions regarding this RFI should be forwarded to the MCS e-mail address listed below within 15 days after RFI release. Submission Instructions: All written responses must be received no later than 20 September 2013. Submissions should: (1) use Microsoft Word or Adobe Portable Document Format (PDF); (2) be sent to nathan.c.jordan.civ@mail.mil; (3) be minimum 11 font on 8.5 X 11 paper; (4) be complete, sufficiently detailed, and organized in a manner that tracks to the information requested in this RFI; (5) include a single company point of contact with name, title, address, telephone and fax numbers, and e-mail address(es); and (6) not exceed 20 single sided pages in total (not including cover page and cover letter). Other media types (i.e. CD, printed technical information) that meet the submission criteria above will be accepted and should be sent to the Point of Contact at the Contracting Office Address provided below. Point of Contact(s): nathan.c.jordan.civ@mail.mil Contracting Office Address: ACC-APG NCD ATTN: Nathan Jordan 1564 Freedman Drive Fort Detrick, MD 21702 Place of Performance: ACC-APG NCD ATTN: Nathan Jordan 1564 Freedman Drive Fort Detrick, MD 21702 Point of Contact(s): Nathan Jordan, 508-233-6169 Nathan.c.jordan.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53aa9ee69ca5b393378f8db24b8fd23a)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03154171-W 20130821/130819235816-53aa9ee69ca5b393378f8db24b8fd23a (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.