A--Request for Proposals - Phase I Clinical Trials
ID: 75N95024R00086Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; APPLIED RESEARCH (AN12)
Timeline
    Description

    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Phase I clinical trials aimed at developing small molecule and biologics therapeutics, as outlined in RFP No. 75N95024R00086. The selected contractor will be responsible for comprehensive services including protocol development, trial management, and reporting to regulatory agencies, with a focus on safety, tolerability, and pharmacokinetics of the investigational therapeutics. This initiative is crucial for advancing therapeutic development in the field of neurology, ensuring compliance with FDA and ICH GCP standards throughout the trial process. Proposals are due by October 3, 2024, with a contract performance period from April 1, 2025, to March 31, 2035, and a maximum contract value of $233,227,446. Interested parties can contact Evan C. Feely at evan.feely@nih.gov or +1 301 827 5301 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institute of Neurological Disorders and Stroke (NINDS) has issued Request for Proposal (RFP) No. 75N95024R00086 for Phase I Clinical Trials focusing on Small Molecule and Biologics Therapeutics. This RFP invites proposals from qualified offerors under full and open competition, anticipating multiple indefinite delivery, indefinite quantity contracts with an ordering period from April 1, 2025, to March 31, 2035. Proposals are due by October 3, 2024, with a guaranteed minimum contract value of $10,000 and a maximum of $233,227,446. Offerors must be registered in the System for Award Management (SAM) and comply with FAR regulations. They are required to submit separate technical and business proposals, outlining pricing for specified sample task orders. The document includes specific submission guidelines and emphasizes that the evaluation will be based on the initial proposals without negotiation unless necessary. The RFP stresses that no costs incurred in proposal preparation will be reimbursed by the government, and successful proposals must adhere to certain clauses regarding patent rights and data rights. This initiative underscores NINDS's commitment to advancing therapeutic development through structured research partnerships.
    The document outlines a sample Task Order for clinical trials, specifically for a Phase I study of a novel neurotherapeutic, BPN-XXXXX, conducted on healthy adult volunteers. The study design includes Single Ascending Dose (SAD) and Multiple Ascending Dose (MAD) components to evaluate the drug's safety, tolerability, and pharmacokinetics (PK). Offerors are required to provide a technical proposal detailing their methods, timelines, and cost estimates for executing the clinical trial. Key aspects include protocol development, trial preparation, and implementation, with criteria for subject selection and exclusion. The study aims to characterize the safety profile and PK of BPN-XXXXX with inclusion of diverse participants. This Task Order is part of the federal RFP process for engaging contractors to conduct clinical research, providing an opportunity for agencies to assess the capabilities of potential offerors in the context of federal grants and RFPs. The comprehensive design includes strict safety monitoring and data evaluation protocols to ensure participant well-being and study integrity.
    The document outlines detailed proposal instructions for Offerors responding to federal RFPs related to Phase I clinical trials. Offerors must demonstrate their capabilities to conduct these trials effectively, including technical approaches, personnel qualifications, and organizational resources. Key requirements include the development of clinical protocol, compliance with regulatory standards, and successful recruitment and retention of participants. Offerors are expected to present their experience in study design, safety assessments, data analysis, and management of investigational agents. The proposal must also provide qualifications for the Principal Investigator and supporting personnel, ensuring they meet necessary education and training standards. Additionally, a robust project management plan that addresses timelines, budgets, and communication among stakeholders is crucial. The Offeror must demonstrate readiness to manage multiple concurrent trials and ensure compliance with all regulatory requirements. Facilities and resources available for conducting the trials must also be adequately described. This document serves as a guide for organizations seeking to secure funding and conduct clinical research in alignment with federal mandates.
    This document outlines requirements for offerors responding to government contracts, specifically concerning the submission of information related to key professional individuals, including the Project Director and Principal Investigator. It requests details on currently active federal contracts, grants, and cooperative agreements, along with each individual's committed level of effort. Offerors must list these commitments for each key professional by including their name, title, and agency, noting if no obligations exist. Additionally, it requires a disclosure of any outstanding proposals submitted by the organization that will also involve the level of effort from these individuals. Furthermore, the document asks for a statement regarding the proposed effort dedicated to any resulting contract awarded. The focus underscores the importance of transparency concerning existing commitments and future workload expectations in the context of federal, state, and local requests for proposals (RFPs) and grants.
    The document outlines a Technical Proposal Cost Information form for labor and direct costs associated with a federal government Request for Proposal (RFP). It provides a structured format for bidders to itemize costs over a seven-year project period, including categories for direct labor, material costs, travel costs, and other specified expenses. Importantly, it emphasizes the exclusion of individual salary information, indirect costs, and overall proposal totals, focusing solely on a breakdown of tangible costs to support the technical proposal. The detailed layout encourages transparency and accountability in budget submissions, aligning with standard practices in federal grants and RFPs. This information is crucial as it allows the government to assess project feasibility and fiscal responsibility in funding decisions while ensuring compliance with procurement guidelines.
    The document is a comprehensive guideline for organizations submitting cost proposals in response to a government RFP. It details the structure of an Excel file designed to help contractors prepare their proposals across seven contract periods, emphasizing proper labor tracking based on either hourly rates or percent of effort. The instructions outline acceptable documentation for supporting proposed costs, including payroll information and hiring intentions, while stressing the importance of accurate indirect cost rates for different organization types. Included in the document are sections for summarizing proposed costs, direct labor, fringe benefits, materials, travel costs, and other relevant expenditures. Each section provides templates for inputting details over specified contract periods, ensuring clarity in the proposal submissions. The document reinforces that thoroughness and accuracy in documentation will aid in expediting the review and award process, highlighting the overarching goal of compliance in public sector contracting. The comprehensive nature reflects the commitment to transparency and precision in federal grant proposals and local RFP processes.
    The HHS Industry User Guide for Subcontracting Plan Reviews provides detailed instructions for vendors submitting subcontracting plans via the SBCX account system. It outlines the steps for accessing the Subcontracting Plan Review page, which features project information, subcontracting goals, supporting document management, and communication tools with contracting officers. Vendors must identify the type of plan, report eligible subcontracting dollars, appoint a Subcontracting Program Administrator, include efforts to engage small businesses, and certify compliance before submission. The evaluation process involves three approvers: the Contracting Officer, Small Business Specialist, and SBA Procurement Center Representative. Clarifications may be requested for revisions, ensuring thorough review before approval. This guide is essential for compliance with federal contracting requirements and supports small business participation in government procurement processes.
    The document outlines a series of federal and state-level Requests for Proposals (RFPs) and grant opportunities, aimed at enhancing various sectors such as environmental protection, infrastructure, and public health. It emphasizes the government's commitment to funding projects that address urgent community needs, fostering economic growth and resilience. Key ideas include criteria for eligibility, the application process, and specific focus areas for funding, such as sustainability initiatives and technological advancements. The document highlights the importance of collaboration between local governments and federal agencies to streamline resources effectively. Additionally, it provides guidelines on proposal submission deadlines, evaluation criteria, and the importance of compliance with federal regulations. The overall purpose is to encourage participation from diverse organizations, ensuring fair access to available funding while promoting innovative solutions that align with government objectives. This RFP compilation serves as a resource for entities looking to engage in governmental projects, showcasing opportunities for investment in critical community needs while promoting transparency and accountability in the funding process.
    The document is a federal form required for disclosure of lobbying activities as mandated by 31 U.S.C. § 1352. It outlines essential information needed from lobbying registrants, including their name, address, and the specifics of the federal action involved, such as contracts, grants, or loans. The form also requires details about the reporting entity, the federal department or agency involved, and the federal program name or description, including the CFDA number if applicable. Furthermore, it addresses the status of the federal action, whether the report is an initial filing or a material change, and contains a section for culmination with the signature of the lobbying registrant. Key highlights include the requirement for semi-annual reporting to Congress and the penalties for non-compliance, which range from $10,000 to $100,000 for each failure to disclose. This document serves as a critical tool for ensuring transparency in lobbying activities related to federal funding processes, thereby promoting accountability within government contract and grant systems.
    The Determination of Exceptional Circumstances Acknowledgment Form, approved for use by NINDS, incorporates specific HHSAR clauses tailored for certain acquisitions. Notably, HHSAR Clauses 352.227-11 and 352.227-14 relate to Patent Rights and Rights in Data, respectively, under exceptional circumstances. These clauses will be integral to any resulting contracts from the Request for Proposals (RFP). Prospective offerors must certify their understanding and intent to comply with these clauses to be eligible for contract award. The document requires a signature from an authorized official to affirm acknowledgment and agreement to the stipulated terms. This acknowledgment ensures that all parties are aware of their obligations regarding intellectual property and data rights as part of the contractual process within the federal government's procurement framework. Maintaining compliance with these clauses is crucial for transparency and standardization in federal contracting practices.
    The NIH (RC)-1 document provides detailed instructions for submitting invoice and financing requests under NIH cost-reimbursement contracts. It outlines the required format, content, and frequency of submissions, emphasizing that invoices must be submitted bi-weekly, except for small businesses that can invoice more frequently. The document specifies the necessary elements for the invoice, including the contractor's details, contract information, billing periods, and costs incurred. All invoices must identify costs in U.S. dollars and include any costs requiring prior approval by the Contracting Officer. Information must be accurate and legible, and each submission must carry a unique identification number to avoid errors. The guidelines also differentiate between interim invoices, completion invoices, and final invoices, stressing the importance of proper certification at the end of the request. This document serves as a standardized reference to ensure compliance and clarity in financial transactions between contractors and the NIH as part of federal RFP and grant processes, promoting fiscal accountability and procedural integrity.
    The document outlines the guidelines for the submission of proposals via the NIH electronic Contract Proposal Submission (eCPS) website. It specifies that proposals must be submitted electronically and will not be accepted via fax or email. The offerors are responsible for ensuring on-time submission and adherence to the prescribed formats. Proposals must consist of separate PDF files for the Technical Proposal and Business Proposal, each containing all necessary attachments. The Technical Proposal must enable word searches, while the Business Proposal requires its cost breakdown in both PDF and Excel formats. It emphasizes that each proposal must be self-contained and independent of one another. Additionally, a specific file naming convention is recommended for clarity, including details such as the offeror’s name, solicitation number, and the type of document. These guidelines are crucial for maintaining a structured and efficient proposal submission process as part of the federal RFP landscape.
    The document outlines supplemental billing instructions for contractors associated with the National Institutes of Health (NIH) under the NIH(RC)-1 program. It specifies the required detailed information to be included on invoices for various cost categories: direct labor, travel, materials or equipment, subcontract costs, reimbursement of travel and honoraria, and adjustments to indirect costs. Each category mandates distinct details such as employee identification, hours worked, travel specifics (including types, dates, and costs), and materials description. The contractor is obligated to report any anticipated overruns or significant unexpended balances, aligning with the constraints established in the contract. Additionally, adjustments to indirect costs are to be documented on separate invoices, and any travel and honoraria reimbursements must be summarized monthly, including explanations for overdue payments. This document serves to ensure transparency and accountability in billing practices related to federal grants and contracts, facilitating accurate financial reporting and compliance with government regulations. It highlights the importance of timely communication regarding budget variances and the need for precise invoicing practices.
    The document provides detailed invoice submission instructions for NIH fixed-price contracts, focusing on the requirements for Contractors to request payments. Contractors must submit their requests on Standard Form 1034 or an equivalent self-generated form, avoiding cover letters. Payment requests should be submitted upon delivery and acceptance of goods or services, denominated in U.S. dollars, with various specific information required for valid submission, such as billing office details, invoice number, contract number, and the description of supplies or services. Invoices must be unique and legible, and both current and cumulative amounts billed should be clearly reported. Additionally, any freight or delivery charges, as well as government property purchased, must be documented explicitly. The overarching aim of this guidance is to ensure clarity and compliance in the invoicing process to facilitate timely and accurate payments under NIH contracts, reflecting rigorous standards in public fiscal management.
    The document appears to contain issues related to displaying PDF content, thus hindering access to the file's specific details. As a result, it lacks a clear main topic or content theme regarding federal RFPs, grants, or state/local RFPs. Normally, such documents outline government procurement processes, funding opportunities, guidelines for applicants, and eligibility criteria for various projects. Without the actual content, it is impossible to extract key points or summarize specific ideas related to any governmental requests for proposals or grant opportunities. However, typically, these documents serve to inform potential applicants about available funding, application procedures, deadlines, and evaluation criteria, facilitating the government’s mission to implement projects across various sectors effectively. The absence of substantive material restricts analyzing the document's purpose or its relevance regarding potential funding mechanisms or RFP announcements. A thorough review of the intended content is necessary for a comprehensive summary. As it stands, the provided document fails to convey usable information for potential analysis or summary.
    The document outlines the requirements for conducting research involving human subjects under the Common Rule, specifically addressing the 2018 amendments. It emphasizes that research activities must either receive Institutional Review Board (IRB) approval or qualify for exemption as defined in both the pre-2018 and 2018 Common Rules. The document provides various sections for researchers to indicate the nature of their request, such as original proposals, continuations, or exemptions, as well as the type of funding mechanism—grant, contract, fellowship, or cooperative agreement. Institutions are required to present certification of IRB review and approval, along with an assurance of compliance for the proposed research, unless otherwise directed by the relevant agency. Specific details such as assurance identification numbers and IRB registration must be reported. The summary highlights the importance of compliance with ethical standards in research involving human subjects to ensure safety and integrity. Overall, this document serves as a formal guide for researchers on submitting proposals for federally supported projects while adhering to essential legal and ethical standards regarding human subjects.
    The document outlines the criteria and process for Offerors seeking exclusion from the applicability of the "revised Common Rule" for NIH-funded activities classified as public health surveillance rather than research. Offerors must provide a compelling justification that details the proposed activities, demonstrating they are limited to identifying public health signals, disease outbreak onsets, or important public health conditions. Furthermore, Offerors must show how their activities contribute to situational awareness during public health crises and directly inform NIH decision-making. The justification must be included with the technical proposal to be considered, as NIH will not review exclusion requests submitted separately. The guidelines emphasize that NIH clinical trials do not qualify for exclusion, nor do studies intending to store specimens or data for future use. If the exclusion request is not adequately justified at the time of proposal submission, it may not be considered. The document serves to clarify expectations for Offerors involved in NIH-funded projects, ensuring compliance with federal regulations regarding human subjects in research.
    The document is a Proposal Intent Response Form related to RFP No. 75N95024R00086, which seeks proposals for Phase I Clinical Trials focused on the development of small molecule and biologics therapeutics. The form prompts potential respondents to indicate whether they intend to submit a proposal, offering two options: either to proceed with a proposal or to decline, with a request for reasons if not participating. It emphasizes that the expression of intent is non-binding but beneficial for proposal evaluation planning. Respondents are required to provide their contact details, including name, title, organization, and email, with a submission deadline set for September 9, 2024. The form serves as a critical preliminary step in the RFP process, ensuring organizers can adequately prepare for subsequent proposals and evaluations in the clinical research domain.
    The government file under review focuses on the procurement processes related to federal and state/local Requests for Proposals (RFPs) and grants. It outlines guidelines for submitting proposals, eligibility criteria for applicants, and compliance requirements necessary for funding opportunities. Key themes include the importance of adhering to federal regulations and meeting specific project objectives, such as promoting community development or enhancing federal services. The structure of the document likely includes an introduction to the purpose of RFPs and grants, followed by sections detailing the application process, eligibility criteria, evaluation methods, and compliance obligations. Additionally, it emphasizes the need for effective project implementation and management, highlighting best practices for respondents. Overall, this document serves as a comprehensive guide for potential applicants to understand the necessary steps for securing government funding, ensuring accountability, and fostering successful project outcomes within the context of local and federal initiatives. It aims to facilitate transparency and encourage participation in government-funded projects while maintaining a focus on compliance and quality standards.
    The document outlines the requirements for offerors involved in federal and state/local Requests for Proposals (RFPs). It specifies that offerors must provide detailed contact information for two key personnel in their business proposal: a Business Representative and a Proposed Principal Investigator. The information required includes names, titles, complete street addresses, and various contact methods (telephone, fax, email) to ensure prompt communication. The emphasis is on the necessity of using actual street addresses instead of P.O. Box numbers to facilitate direct and effective contact. This structure is critical for adherence to RFP protocols and maintaining efficient lines of communication between government entities and proposal offerors.
    The document titled "Annual Representations and Certifications" provides necessary guidelines for offerors submitting business proposals to the government. It outlines the representations and certifications required for compliance with federal regulations, particularly those related to small business classifications, System for Award Management (SAM) registrations, and various applicable FAR clauses. Key details include the NAICS code 541715 for research and development, small business size standards, and compliance with provisions such as prohibition on contracting with entities involving telecommunications and video surveillance services. Additionally, it emphasizes the importance of accurate reporting in the Federal Awardee Performance and Integrity Information System (FAPIIS) and includes certifications regarding responsibility matters, arms control treaty violations, and foreign procurement taxes. The guidelines are structured to ensure transparency, integrity, and accountability in federal contracting, emphasizing that any representations made are material facts that may influence contract awards. Overall, the document serves as a comprehensive framework for compliance assurance throughout the proposal process in government contracts.
    The National Institutes of Health (NIH), through its National Institute of Neurological Disorders and Stroke (NINDS), is seeking a contractor for a full-service facility to conduct Phase I clinical trials aimed at developing small molecule and biologic therapeutics for neurological disorders. The contractor will provide comprehensive services including protocol development, trial management, and reporting of results to regulatory agencies such as the FDA. Key programs include the NIH Blueprint Neurotherapeutics Network and the Helping to End Addiction Long-term initiative, focusing on novel therapeutics for pain and ultra-rare genetic disorders. The contract will encompass various tasks including initiation of trials, monitoring of compliance with regulatory requirements, and management of clinical data. Provisions for confidentiality, intellectual property rights, and compliance with federal regulations regarding clinical trials are explicitly stated. The contractor must maintain rigorous documentation practices and ensure training and procedure adherence for all personnel involved. The project is structured around task orders with variable periods of performance, underscoring the NIH’s commitment to advancing drug development through collaborative efforts.
    The document outlines the Statement of Work for a task order regarding Phase I Clinical Trials for the development of small molecule and biologics therapeutics. It specifies the total fixed price as TBD, with detailed pricing for various services, including an electronic copy of presentation materials and project management plans. A key component is the contract kick-off meeting, where the contractor’s personnel must present key elements regarding the clinical trials, including project planning and communication strategies. The contractor is required to submit a comprehensive Project Management Plan that details standard operating procedures, roles and responsibilities, human subjects considerations, data management, and quality control measures. The performance of this task order is anticipated to span three months, with invoicing required per NIH guidelines. The document emphasizes the importance of clear communication, structured project management, and compliance with federal regulations throughout the project lifecycle.
    The document outlines a sample Task Order for a Phase I clinical trial concerning the investigational neurotherapeutic BPN-XXXXX. It describes the scope of work for contractors, emphasizing the requirements for executing a Single Ascending Dose (SAD) study to evaluate safety and pharmacokinetics in healthy adults. Key components include protocol development, trial preparation, and clinical trial implementation. The study aims to characterize the safety profile and pharmacokinetics through a randomized, double-blind, placebo-controlled design involving 48 subjects, with detailed ethical inclusion/exclusion criteria established. Critical assessment metrics for safety and pharmacokinetics are specified, including adverse event collection and laboratory evaluations. Safety review protocols and stopping criteria are outlined to ensure participant safety throughout the study. The contractor is responsible for providing qualified personnel and all necessary materials, with cost estimates required for various additional studies. This document is part of a broader solicitation context, aiming to enlist technically equipped contractors for managing clinical trials effectively, demonstrating the government’s commitment to advancing medical research while ensuring participant safety and regulatory adherence.
    The National Institute on Neurological Disorders and Stroke (NINDS) issued Pre-solicitation Notice No. 75N95024R00086, announcing an upcoming Request for Proposals (RFP) for a full-service facility to conduct Phase I clinical trials on small molecules and biologics therapeutics. This pre-solicitation indicates an anticipated RFP release around July 30, 2024, which will operate under full and open competition. The selected contractor will provide comprehensive services from protocol development to submitting final clinical reports, with a focus on safety profiles, dosing regimens, and pharmacokinetic and pharmacodynamic evaluations compliant with FDA and ICH GCP standards. Task orders will be assigned based on program needs, with an expectation to issue 2-10 task orders annually over the project’s ten-year period. The contractor’s responsibilities will include project management, regulatory compliance, participant recruitment, and oversight of clinical operations. Furthermore, they must maintain rigorous quality control throughout trial activities, ensuring adherence to established protocols while providing necessary facilities, personnel, and resources to support trial endeavors. This initiative emphasizes NINDS's commitment to advancing therapeutic development through structured clinical research and collaboration with NIH affiliates.
    The document is an amendment to solicitation number 75N95024R00086, issued by the National Institutes of Health (NIH) related to the Phase I clinical trials for the development of small molecule and biologics therapeutics. The amendment specifies that bidders must acknowledge receipt of this amendment in their offers by various methods prior to the specified deadline to avoid rejection. It also provides information about the project timeframe, with a performance period running from April 1, 2025, to March 31, 2035. The amendment serves primarily as an administrative correction. Contractors are expected to continue adhering to the terms and conditions as previously outlined, ensuring compliance with the Federal Acquisition Regulation (FAR). This document is essential for maintaining transparency and procedural integrity in the bidding process for government contracts in healthcare-related research initiatives.
    The document pertains to a solicitation for services related to Phase I clinical trials focused on the development of small molecule and biologics therapeutics, issued by the National Institute on Drug Abuse (NIDA). It outlines the requirements for a full-service facility that will handle everything from protocol development to the submission of final clinical study reports, facilitating the progression to FDA New Drug Applications. The contract, termed as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, spans ten years from April 1, 2025, to March 31, 2035, with a minimum total reimbursement of $10,000 and a maximum of $233,227,446. The solicitation details the responsibilities, including comprehensive reporting requirements related to trial design, implementation, and participant inclusivity, emphasizing adherence to stringent federal regulations, such as those about human subjects and Good Clinical Practices. Key performance indicators, contractor evaluations, invoicing procedures, and the protocol for subcontracting are also articulated, ensuring the accountability and integrity of the research process while safeguarding proprietary data and compliance with reporting standards. This solicitation reinforces the government's commitment to enhancing biomedical research through structured oversight, rigorous standards, and ethical practices.
    Similar Opportunities
    BPCA Pediatric Trials Network
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is soliciting proposals for an Indefinite Quantity Contract to establish and maintain an infrastructure for conducting pediatric clinical trials under the Best Pharmaceuticals for Children Act (BPCA). The primary objective of this procurement is to advance pediatric drug development while ensuring compliance with federal regulations regarding human subject protection and quality control in clinical trials. This initiative is crucial for enhancing the safety and efficacy of medications for children, addressing a significant gap in pediatric healthcare. Proposals are due by November 4, 2024, with a performance period from May 19, 2025, to May 18, 2033, and a funding range between $2,500 and $149 million, contingent on successful contract performance. Interested parties can contact Elizabeth J. Osinski at eo43m@nih.gov or call 240-550-5028 for further information.
    R--Clinical Support Services for NINDS, Stroke Branch
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for Clinical Support Services for the Stroke Branch of the National Institute of Neurological Disorders and Stroke (NINDS). The objective is to secure clinical support from an acute care hospital located within 15 miles of NIH, focusing on the evaluation and treatment of patients suffering from acute strokes and traumatic brain injuries, utilizing advanced MRI technology. This initiative is crucial for advancing research efforts in stroke therapy and ensuring compliance with ethical standards for human subject protections. Interested offerors must submit their proposals electronically via the NIH eCPS platform by September 9, 2024, and can direct inquiries to Marlene E. Milgram at MILGRAMM2@NIDA.NIH.GOV or by phone at +1 301 594 0864.
    PREPARATION AND DISTRIBUTION OF RESEARCH DRUG PRODUCTS
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking proposals for the preparation and distribution of research drug products under a presolicitation notice. The contract will involve acquiring, importing, and exporting drugs and chemical compounds, as well as developing and analyzing various drug dosage forms, including marijuana and nicotine research cigarettes, to support drug abuse and addiction research. This contract is critical for maintaining a reliable supply of authentic controlled and uncontrolled drug compounds for the research community, with an anticipated award of one indefinite delivery, indefinite quantity (IDIQ) contract over a five-year period. Interested parties must possess a current DEA registration and comply with FDA’s current Good Manufacturing Practices, with proposals due approximately 45 days after the release of the RFP, expected on or about September 20, 2024. For further inquiries, contact Scott Duernberger at scott.duernberger@nih.gov or 301-594-0670.
    A--PRECLINICAL MEDICATIONS SCREENING IN DEPENDENCE MO
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a contract focused on preclinical medications screening in models of Alcohol Use Disorder (AUD). The objective of this procurement is to conduct blind testing of compounds supplied by developers using mouse models, with the contractor responsible for generating analyses and reports throughout the project. This initiative is crucial for advancing research in alcohol use disorder treatments and ensuring compliance with NIH policies on reproducibility and animal welfare. Proposals are due by September 18, 2024, with the contract period commencing on December 1, 2024, and extending through November 30, 2031. Interested parties can contact Lisa Schaupp at lisa.schaupp@nih.gov or 301-827-8135 for further information.
    Notice of Intent to Use Other than Full and Open Competition
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to award sole source contract modifications to Allucent Government Services and ICON Government and Public Health Solutions, Inc. to support ongoing Phase 2b clinical trials for second generation COVID-19 countermeasures. The modifications will increase the maximum ordering amounts for both contracts by $150 million, raising the total from $400 million to $550 million, in response to FDA changes regarding the updated vaccine formula and the inclusion of a safety lead-in cohort. This procurement is critical for advancing public health initiatives related to COVID-19, with the notice open for responses until September 9, 2024, at 4:00 PM Eastern Standard Time. Interested parties can contact Ely Shannon at ely.shannon@hhs.gov or call 202-579-5891 for further information.
    Surveys and Cognitive Tasks
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), is seeking a vendor for a non-competitive contract to provide account management, planning, and maintenance for online crowd-sourced surveys and cognitive tasks related to depression and anxiety. The primary objective is to facilitate participation in these surveys for individuals both with and without mental health conditions, thereby supporting research efforts in this critical area. This procurement falls under NAICS code 541910, with a contract period of one year, and is scheduled for award on or around September 23, 2024. Interested parties must submit their capability statements and proposals by September 23, 2024, at 9:00 a.m. Eastern Standard Time, to Robin Knightly at Robin.Knightly@nih.gov.
    Q--Multi-scale Phenotyping of Heart Failure in Diverse Populations.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a federal contract titled "Multi-scale Phenotyping of Heart Failure in Diverse Populations." This initiative aims to explore and analyze heart failure across various demographics, focusing on the development of comprehensive phenotyping methodologies. The services required fall under the NAICS code 541990, which encompasses all other professional, scientific, and technical services, and the PSC code Q301, related to medical laboratory testing. Interested parties can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call 301-402-5571 for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare their submissions accordingly.
    A Solicitation of the National Institutes of Health (NIH) and The Centers for Disease Control and Prevention (CDC) for Small Business Innovation Research (SBIR) Contract Proposals
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) and the Centers for Disease Control and Prevention (CDC) seek proposals from small businesses for innovative research projects under the Small Business Innovation Research (SBIR) program. The upcoming solicitation, PHS-2025-1, will open on August 2, 2024, with a closing date of October 18, 2024, and aims to foster healthcare technological innovation and commercialization. Research topics span cancer research, aging, and various health concerns. Offerors must demonstrate the technical and commercial viability of their proposals. This solicitation invites applications for Phase I, Fast Track, and Direct to Phase II projects, with evaluations based on scientific merit, commercial potential, and performance quality. Successful small businesses could receive funding for their research initiatives, contributing to NIH and CDC mission objectives.
    Evaluation of Semaglutide Safety and Tolerability in Adults with Cocaine Use Disorder with and without HIV and Assessment of Long-Acting Stimulants to Reduce Harm and HIV Transmission in Methamphetamine Use Disorder
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a non-competitive federal contract for the evaluation of semaglutide safety and tolerability in adults with cocaine use disorder, as well as the assessment of long-acting stimulants to reduce harm and HIV transmission in methamphetamine use disorder. The contract will focus on conducting two clinical research studies in the Baltimore/Washington, DC region, aligning with NIH's priorities to address HIV and related health issues. The anticipated contract will span three years, starting on September 30, 2024, with the University of Maryland Medical Center as the intended recipient. Interested parties may express their capabilities and interest by contacting Susan Nsangou at susan.nsangou@nih.gov, as this opportunity does not involve a competitive proposal process.
    TMT PROFILING ANALYSIS - Quantitative proteomic an
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a federal contract focused on TMT Profiling Analysis, which involves quantitative proteomic analysis of paired FBXW7-mutant and FBXW7-wildtype endometrial cancer cell lines. This procurement aims to advance research in the field of cancer biology by providing critical insights into the proteomic differences between these cell lines. The selected contractor will play a vital role in enhancing the understanding of endometrial cancer, which is essential for developing targeted therapies. Interested parties should contact Ethan Mueller at ethan.mueller@nih.gov for further details regarding the solicitation process.