The RFP Database
New business relationships start here

Development of Novel Monoclonal Antibodies and Longitudinal Study of Immune Responses Using Serum and PBMC's of Infectious Disease Survivors


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

MARKET SURVEY REQUEST:

THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive 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 Notice. 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, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement.


BACKGROUND:


The U.S. Army Medical Research Acquisition Activity (USAMRAA) is conducting market research for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) to obtain information regarding services to identify and track survivors of Marburg Virus disease (MVD) outbreaks in Uganda and Venezuelan Equine Encephalitis (VEE) outbreaks in Panama, and develop a database to assess the longitudinal responses of immunological memory in these individuals.


The Contractor will collect and ship whole blood and blood products to support the following tasks: development of monoclonal antibody therapeutics, evaluation of the humoral and cellular immune responses in humans to Marburg Virus or Venezuelan Equine Encephalitis Virus infection, and examine specific memory immunity and its persistence over time.


Subcontracting to local contractors with greater familiarity and expertise in the collection locales is encouraged.


SPECIFICATIONS:


The Contractor shall provide the following tasks as determined by the government and contingent on funding availability as follows:


1. Identify a cohort of survivors of MVD (Uganda) and VEE (Panama) and perform initial whole blood collection. Blood samples will be delivered to the in-country host laboratory expeditiously following each collection.


2. Develop a database to track survivors over time, and assess their immune status.


3. Every six (±2) months perform follow-up collection of survivor's sera and lymphocyte samples (whole blood), as in (1).


4. Assist USAMRIID and/or host country personnel in blood processing and analysis as needed.


5. Ship blood products to USAMRIID, or to collaborators, as needed.



SUBMITTALS:


Interested parties shall respond by specifying if they have the capability to provide all personnel, equipment, supplies, facilities, materials, supervision, and other items and non-personal services necessary to identify and track survivors of MVD and VEE outbreaks in Uganda and Panama, and develop a database to assess the immune status of these individuals over time. Both B and T cell responses will be tracked over time to develop a picture of the protective immune response in humans. This study will involve collaboration with the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID).


Summaries of the services as listed above shall be no more than Ten (10) pages in length, and shall describe service capabilities in each of these areas.


Interested Parties shall provide business size status based upon NAICS code 541380, Small Business Size Standard of $15 million, CAGE code as registered at SAM.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of May 23rd, 2019. Interested parties shall submit information in response to this RFI to: Jennifer.s.bassett.civ@mail.mil.


Responses shall be submitted and received via Email no later than 11:00AM EST Thursday, May 23rd, 2019. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered.


Questions concerning this RFI may be addressed by contacting: Jennifer.s.bassett.civ@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having the services that they believe would be suitable for military operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above.


Please provide information on your organization in the following areas;


1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address.


2. DUNS Number and Cage Code


3. Confirmation of Current Active Registration in System for Award Management (SAM)


4. Primary NAICS Code(s) and Business Size (i.e., small/large)


5. GSA Schedule, If Available


6. Commercial Price List, if GSA schedule is Not Available


7. Product Specific Brochures Literature


PROVISIONS AND CLAUSES:


52.215-3 -- Request for Information or Solicitation for Planning Purposes.


Request for Information or Solicitation for Planning Purposes (Oct 1997)


(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.


(b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.


(c) This solicitation is issued for the purpose of Market Research and Planning Purposes Only.


(End of Provision)


JENNIFER S. BASSETT, CONTRACT SPECIALIST, Phone 301-619-2268, Email JENNIFER.S.BASSETT.CIV@MAIL.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP