Summary: This RFI/SS is issued solely for information and planning purposes and shall not be construed as a solicitation, restrict the Government as to the ultimate acquisition approach, or serve as an obligation on the part of the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested responder’s expense. Not responding to this RFI/SS does not preclude participation in any future Request for Proposal, if any is issued. No evaluation letters and/or results will be issued to Responders responding to this RFI/SS.
The information resulting from this RFI/SS will determine interest and capabilities available in the marketplace; and will assist in developing acquisition strategy.
Background/Scope: The United States Air Force 59th Medical Wing, Science and Technology Office has a requirement for research and development services to establish the African Green Monkey (AGM) as a viable animal model for studying orthohantavirus infection to allow for a thorough understanding of the disease pathogenesis as well as serving as a model to assess potential therapeutics.
Orthohantaviruses are emerging pathogens whose high mortality rates make them a potential biosecurity threat. These ribonucleic acid viruses are predominantly transmitted to humans via rodent hosts and primarily infect microvascular endothelial cells and have the capability to cause viral hemorrhagic fevers, including Hemorrhagic Fever with Renal Syndrome and Hantavirus Pulmonary Syndrome. There are no current vaccines or therapeutics to prevent these viruses, primarily due to the lack of a reliable animal model. The African Green Monkey (AGM) has been a cornerstone in virological research due to its comparable immune response to humans.
How to Respond:
Please submit a Capability Statement that describes relevant experience, expertise, and capabilities based upon the size and scope of this requirement as outlined in the Background/Scope section.
Each response should include the following business information and must not be more than ten (10) pages in length:
a) Company name, mailing address, e-mail address, telephone, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.
b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses.
c) Unique Entity ID number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in System for
Award Management (SAM, at www.sam.gov) to be considered as potential sources.
d) Any and all Government IDIQ Contracts (e.g., Federal Supply Schedule, OASIS, etc.) you currently hold (to include the vehicle and your contract number) that could be used to fulfill this requirement.
e) Describe your organization's specific and relevant experience and expertise to fulfill this requirement. Experience must be of similar size and scope. Please provide examples or provide references of previously completed deliverables related to this requirement.
f) Provide Information relating to capabilities, novel ideas, industry best practices, industry capabilities to meet the needs of the Government’s requirement as outlined in the Background/Scope section above. Do not regurgitate the Background/Scope section, rather, outline company specific capabilities that match the work outlined for the Government to make a fair capabilities determination.
Capability statements will be reviewed for (1) Relevant experience based on the size and scope of the outlined requirement; and (2) Company specific capabilities that match the work outlined in the Background/Scope section. The formal closing date for this RFI/SS and for the submission of all responses is NLT 20 March 2025 at 10:00AM Eastern Time. All responses shall be submitted electronically using PDF or MS Word formats to the POC, Ms. Tara Borntreger at tara.j.borntreger.civ@health.mil and Mr. Jeremy McMurry at Jeremy.l.mcmurry.civ@health.mil. The Government will not entertain questions regarding this RFI/SS. All responses received will be considered; however, a determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government.