Development of Trivalent Vaccine

Solicitation number W7702-125512/A

Publication date

Closing date and time 2012/08/10 16:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Defyrus Incorporated
    2627 Conc. 2
    Chute-a-Blondeau Ontario
    Canada
    K0B1B0
    Nature of Requirements: 
    Title: Preclinical Development of a Trivalent Vaccine Against
    Venequelan, Eastern and Western Equine Encephalitis Viruses
    
    1. Advance Contract Award Notice
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier.
    
    2. Definition of Requirement
    
    The Department of National Defence, Defence Research and
    Development Canada - Suffield, (DRDC-S) Ralston, AB has a
    requirement to demonstrate the safety, immunogenicity and
    efficacy of an adenovirus-vectored trivalent vaccine against
    western equine encephalitis virus (WEEV), eastern equine
    encephalitis virus (EEEV) and Venezuelan equine encephalitis
    virus (VEEE) in animal models. The goal of the contract is to
    complete the pre-clinical studies required for filing a Clinical
    Trial Application (CTA) in Canada and an Investigational New
    Drug (IND) application in the United States. Upon completion of
    this contract, a data package containing reports of the results
    in animal toxicity, immongenicity and efficacy of the trivalent
    vaccine will be required.
    
    Due to the nature of this work follow-on work may result.
    
    3. Criteria for assessment of the Statement of Capabilities
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements:
    
    Education: Must have a Ph.D. in a field directly related to the
    project, such as Molecular Biology, Microbiology, Physiology,
    Biophysics, Virology, and/or Immunology
    
    Experience: Must have extensive experience managing advanced R&D
    programs developing medical countermeasures for chemical and/or
    biological threats
    
    Must have published at least 5 peer-reviewed scientific papers,
    abstracts and/or book chapters related to medical
    countermeasures for chemical and/or biological threats
    
    Must have issued at least 3 domestic and international patents
    directly related to medical countermeasures for chemical and/or
    biological threats
    
    Must have at least 5 years of experience in attracting and
    retaining technical expertise and accessing manufacturing and
    testing facilities for the development of medical countermeasures
    
    Must demonstrate that they have a working adenovirus vaccine
    delivery system
    
    Must have clear access to the gene sequences for the three alpha
    viruses related to this project
    
    Must demonstrate a freedom-to-operate with respect to the right
    to make, use and sell the proposed trivalent vaccine product
    
    Must have access to a cGMP manufacturing capability and all
    cells lines required for production of the trivalent vaccine 
    
     
    
     
    
    4. Applicability of Trade Agreements
    
    This procurement is subject to the following trade agreements:
    Agreement on Internal Trade (AIT),.
    
    5.  Justification for Pre-Identified Supplier
    
    The proposed contract is linked to an ongoing strategic
    relationship between DRDC and Defyrus Inc. 
    
    Defyrus holds IP rights to all of the key components required to
    produce the trivalent alphavirus vaccine proposed in this
    Statement of Wrok. Specifically, adenovirus vector technology
    specific for alphaviruses. 
    The IP is summarized in the following table:
    Technology	IP	Status
    Ad5 virus vector, expression plasmid (pDC316) Production Cell
    lines 293 and AC2	Multiple US patents                   
    EU-EP00912186                  CA-765,093                       
      AUS-2,366,914	Licensed from AdVec Inc. by Defyrus
    Use of Ad5 vector for vaccines against infectious diseases	US
    6,565,853 & 6,936,257 also in  AUS, CA and EU                   
    	Licensed from Porton-Down by Defyrus
    Ad5 viral vectored EE vaccines  DEF 104-Trivalent EE vaccine DEF
    101-VEEV Def 102-WEEV DEF 103-EEEV	24 issued patents            
                      4 pending patents	Licensed from Porton-Down by
    Defyrus
    
    
    Only Defyrus, through its IP portfolio has the legal right to
    make, use and sell trivalent alpha virus vaccines.
    6.  Government Contracts Regulations Exception
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the work".
    
    7  Exclusions and/or Limited Tendering Reasons
    
    The following exclusions and/or limited tendering reasons are
    invoked under the section of the trade agreement specified:
    
    North Ameriican Free Trade Agreement (NAFTA) - Excluded under
    Annex 1001.1b-2 Services
    WTO-AGP not applicable, as per Services in Appendix I, Canada -
    Annex 4.
    
    8.  Ownership of Intellectual Property
    
    Contractor owned
    
    9.  The Period of the Proposed Contract
    
    The proposed contract is for a period of approximately 4 years
    from date of award.
    
    10.  The Estimated Cost of the Proposed Contract
    
    The estimated value of the contract is $4,375,000.00, GST extra.
    
    11.  Name and Address of the Pre-Identified Supplier:
    
    Defyrus Inc.
    2 Bloor Street West, Suite 2602
    Toronto, ON   M4W 3E2
    
    12.  Suppliers' Right to Submit a Statement of Capabilities
    
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN, may submit a statement of capabilities in
    writing to the contact person identified in this notice on or
    before the closing date of this notice. The statement of
    capabilities must clearly demonstrate how the supplier meets the
    advertised requirement.
    
    13.  Under the Code of Conduct and Certification provisions,
    2003 (2012-07-11) Standard Instructions - Goods or Services -
    Competitive Requirements, Bidders must submit the following as
    part of their bid:
    
    1.  a complete list of names of all individuals who are
    currently directors of the Bidder; 
    2.  a properly completed and signed Consent Form, for each
    individual named in the aforementioned list. 
    
    14.  The Closing Date and Time for Accepting Statements of
    Capabilities
    
    2:00 MDST August 10, 2012
    
    15.  Inquiries and Submission of Statement of Capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Elaine Barton, Supply Specialist
    Public Works and Government Services Canada
    Telus Plaza North
    5th Floor 10025 Jasper Avenue
    Edmonton, AB   T1J 1S5
    
    Telephone:780-497-3519
    Facsimile: 780-497-3510
    E-mail: elaine.barton@pwgsc-tpsgc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Barton, Elaine
    Phone
    (780) 497-3519 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: