CSS: Bioanalytical Assay Methods Development and Performance for the Evaluation of Safety and Efficacy of an AAV-Based Gene Therapy Candidate in Methyl Malonic Acidemia (MMA) disease
ID: 75N95025R00039Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 8:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the development of bioanalytical assay methods to evaluate the safety and efficacy of an AAV-based gene therapy candidate for treating Methyl Malonic Acidemia (MMA). The primary objective is to establish qualified assays for measuring T-cell responses and viral shedding in clinical samples, which are critical for assessing the therapy's performance in clinical trials. This procurement is vital for advancing medical research in gene therapy, particularly for rare diseases, and is expected to enhance the understanding of therapeutic impacts on patient health. Interested parties must submit their proposals by April 7, 2025, and can direct inquiries to Kaitlyn Landi at kaitlyn.landi@nih.gov or Khurram Shaikh at kj.shaikh@nih.gov.

Point(s) of Contact
Files
Title
Posted
The National Institute on Drug Abuse (NIDA) is issuing a non-competitive request for proposals (RFP) regarding the development of bioanalytical assay methods for evaluating an AAV-based gene therapy candidate aimed at treating Methyl Malonic Acidemia (MMA). The solicitation number is 75N95025R00039, and it specifically seeks proposals from BioAgilytix Labs LLC, emphasizing that this is a sole-source acquisition due to necessary expertise. Key tasks include establishing qualified assays for measuring T-cell responses and viral shedding, developing detailed qualification reports, and managing project communication with NIDA personnel. Deliverables involve comprehensive reporting of assay performance and participant eligibility assessments in compliance with regulatory standards. The contract is anticipated to span a base period plus four optional 12-month extensions, with the evaluation criteria focusing primarily on technical capability, pricing, and past performance. Responses to the RFP must demonstrate the offeror's qualifications and compliance with submission requirements, including a completed offeror representations and certifications form. The deadline for proposal submissions is April 7, 2025, highlighting the government’s goal to advance urgent medical research through this targeted acquisition approach.
The National Center for Advancing Translational Sciences (NCATS) is collaborating with the National Human Genome Institute (NHGRI) to develop bioanalytical assays for evaluating the safety and efficacy of an AAV-based gene therapy candidate, AAV8-MMUT, targeting isolated methylmalonic acidemia (MMA). This task order involves the contractor creating qualified assays for clinical trial sample testing, specifically for T-cell responses, viral shedding, and antibody responses to the therapy. The project includes a clinical trial with less than ten subjects, focusing on safety, tolerability, and pharmacodynamic responses. General requirements mandate robust project management, adherence to standard operating procedures, data retention for regulatory documentation, and effective communication with government stakeholders. The contractor is responsible for assay development and analysis, following established guidelines for good clinical practice. Deliverables include regular project status reports, qualification and validation reports for assays, and the analysis of clinical samples. These activities are integral to assessing the viability of the gene therapy and ensuring regulatory compliance. The contract spans one base year with options for four additional years, indicating a long-term commitment to this innovative therapeutic approach for MMA.
Mar 26, 2025, 4:05 PM UTC
The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, as per federal regulations. It prohibits federal agencies from contracting with entities that supply covered telecommunications equipment or services, defined under Section 889 of the John S. McCain National Defense Authorization Act. The provision dictates that Offerors must declare whether they provide or use such equipment or services, alongside details if applicable. Key points include requirements for verification of current exclusions from receiving federal awards and providing comprehensive disclosures related to any covered equipment or services offered. The document emphasizes the need for transparency in telecommunications dealings with the federal government, ensuring compliance and national security. Ultimately, it reflects the government's intent to mitigate risks posed by prohibited technologies in contractual agreements.
Mar 26, 2025, 4:05 PM UTC
The provision 52.204-26 outlines the requirements for Offerors regarding the use of "covered telecommunications equipment or services" in contracts involving federal awards. It defines the terms and mandates Offerors to conduct a review of the System for Award Management (SAM) for excluded parties related to these services. Offerors must indicate whether they provide such equipment or services in their offerings and whether they utilize any systems associated with these prohibited items. This representation is crucial for ensuring compliance with federal regulations governing telecommunications contracting. The document emphasizes transparency and accountability in federal procurement processes to safeguard against risks associated with certain telecommunications services or equipment.
The document outlines the contract terms and conditions required for federal contracts involving commercial products and services. It references various Federal Acquisition Regulation (FAR) clauses that contractors must comply with to align with legal provisions and executive orders. Key clauses cover areas such as contractor ethics, whistleblower protections, and compliance with employment laws, including minimum wage and labor standards. Specific emphasis is placed on regulations regarding small business utilization and protections against discrimination. Additionally, the document establishes conditions for maintaining records, contractor responsibilities in subcontracting, and obligations regarding the flow-down of certain requirements to subcontractors. Notably, it includes prohibitions against contracting with certain entities, like those associated with foreign threats or suppliers of software deemed risky to national security. This comprehensive framework is essential for ensuring contractors meet federal standards and contribute to transparent, ethical government procurement processes, particularly in the context of RFPs and grants at various government levels.
Mar 26, 2025, 4:05 PM UTC
The document outlines a certification provision related to the exemption from the Service Contract Labor Standards for certain contracts. Offerors must confirm whether they provide services to the general public, adhere to established prices, and ensure that service employees dedicate minimal time (less than 20% monthly) to government contracts. Additionally, it stipulates that offerors must use consistent compensation plans for service employees regardless of the client type. Compliance certification also extends to subcontractors. If the offeror certifies compliance and the Contracting Officer determines the standards do not apply, the associated clause will be omitted from the contract. Conversely, failure to certify results in non-inclusion of the exemption clause and potential restrictions on contract awards. The document emphasizes accountability in contracting practices, ensuring standards are met to facilitate fair hiring and compensation practices for service employees contracted by the government. It directly pertains to government requests for proposals and contract awarding processes, underscoring the governance surrounding service labor standards.
Mar 26, 2025, 4:05 PM UTC
This document outlines the invoice and payment provisions applicable to federal purchases, specifically for the National Institutes of Health (NIH). Key components include detailed requirements for proper invoice submission, which must adhere to a specific format, including contractor information, unique identifiers, and line item descriptions that align with the contract. Invoices must be submitted electronically through the Department of Treasury’s Invoice Processing Platform (IPP). Payment timelines are specified, highlighting that payments are due 30 days post receipt of a proper invoice or after government acceptance of goods/services. Interest penalties may apply for late payments if conditions are met. Additionally, contractors are obligated to expedite payments to small business subcontractors upon receiving accelerated payments from the government. The document emphasizes the importance of compliance with these requirements to ensure timely payment processing and to mitigate risks of delays. By structuring the provisions clearly, it aims to facilitate better understanding and adherence by contractors engaged in federal contracts. Overall, this outlines critical guidelines for managing financial transactions in government procurement, aligning with best practices highlighted in federal regulations.
Similar Opportunities
Q--T-Cell Manufacturing for Protocol 18-H-0012
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for T-Cell Manufacturing related to Protocol 18-H-0012. This procurement aims to fulfill the requirements for biological product manufacturing, which is crucial for advancing medical research and therapeutic applications. The contract falls under the NAICS code 325414, focusing on biological product manufacturing, and is categorized under medical laboratory testing services. Interested parties can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call +1 301 402 5571 for further details regarding this presolicitation opportunity.
RRPV Solicitation Summary: Central Influenza and Emerging Infectious Diseases Vaccine Immunogenicity Laboratory Services
Buyer not available
The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is seeking proposals for the establishment of a Central Influenza and Emerging Infectious Diseases Vaccine Immunoassay Laboratory. This initiative aims to enhance national health security by facilitating the rapid development of vaccines in response to potential pandemics, with a focus on conducting immunoassays to support vaccine research and clinical trials. The successful offeror will play a critical role in strengthening biodefense infrastructure by providing standardized laboratory services, with proposals due by May 30, 2025, and questions accepted until April 24, 2025. Interested parties can contact Rebecca Harmon at rebecca.harmon@ati.org for further information.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
Neutrophil antibody testing and various blood products for the Department of Transfusion Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole-source contract to the American National Red Cross for neutrophil antibody testing and various blood products for the Department of Transfusion Medicine. This procurement aims to address the critical need for specialized blood products and testing services essential for patients with conditions such as sickle cell disease and Severe Aplastic Anemia, who require phenotype-matched blood and HLA-matched platelets. The anticipated period of performance for this indefinite delivery/indefinite quantity (IDIQ) task order is from May 1, 2025, through April 30, 2026, with a total estimated value not exceeding $250,000. Interested parties may submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 21, 2025, at 6:30 AM EST.
Signatures of aging outcomes
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform comprehensive immunohistochemistry analysis of 2,184 mice tissue samples as part of a project aimed at building proteomic signatures of aging outcomes. The contractor will be responsible for a full histological analysis, including tasks such as tissue trimming, cassette preparation, paraffin embedding, sectioning, staining, and imaging, with deliverables due within one year from the date of award. This procurement is critical for advancing the understanding of aging through rigorous scientific analysis, and the anticipated contract will be awarded as a firm fixed-price purchase order. Interested parties must submit their proposals by April 22, 2025, at 3:00 PM Eastern Daylight Time, to Rashiid Cummins at Rashiid.Cummins@nih.gov.
CARD Masters of Professional Studies (MPS) Fellowship Program
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive contract for the CARD Masters of Professional Studies (MPS) Fellowship Program. This procurement involves providing educational services for six students enrolled in a Master’s in Data Science program, including specific courses in data analysis and bioinformatics, with all credits being transferrable to the University of Maryland Baltimore County. The anticipated award date is April 30, 2025, and interested parties must submit their proposals by 9:00 a.m. Eastern Standard Time on April 21, 2025, to Kevin Alvarez at kevin.alvarez@nih.gov. The contract is expected to be a firm fixed-price purchase order, with a performance period of twelve months.
Biorelevant characterization system for subcutaneous injections
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking vendors to provide a Biorelevant Characterization System for evaluating subcutaneous drug formulations. This system is intended to enhance the capabilities of the Center for Drug Evaluation and Research (CDER) by enabling the investigation of drug release performance under simulated physiological conditions, utilizing integrated sensors and automated operation for unattended assessments. The initiative underscores the FDA's commitment to ensuring the quality, safety, and efficacy of pharmaceutical products while promoting innovation and domestic manufacturing. Interested parties, particularly small businesses under NAICS Code 334516, are encouraged to submit their qualifications by contacting Erika Crawford at erika.crawford@fda.hhs.gov or Maria Finan at maria.finan@fda.hhs.gov, as this is a Sources Sought Notice for market research purposes only, with no contract to be awarded at this stage.
Pharmacogenomics (PGx) Testing for Military Readiness Pilot
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a pilot program focused on pharmacogenomics (PGx) testing to enhance military readiness and healthcare delivery for Active-Duty service members. The initiative aims to establish standardized processes for routine PGx testing within the Military Health System (MHS), leveraging electronic health record (EHR) data to improve clinical decision-making and treatment outcomes. This program is critical for optimizing medication safety and efficacy, ultimately preventing adverse drug reactions and improving overall health conditions for military personnel. Interested parties should contact Dr. Lauren Palestrini at lauren.palestrini@mtec-sc.org, with a funding availability of $2.2 million and a project duration of up to 36 months. The Request for Project Proposals (RPP) is expected to be released soon, with a proposal preparation period of approximately 30 days.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.
Proteomic analyses of dementia and related phenotypes in the Atherosclerosis Risk in Communities (ARIC) Study
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a qualified contractor to perform proteomic analyses of dementia and related phenotypes as part of the Atherosclerosis Risk in Communities (ARIC) Study. The primary objective is to engage a Biostatistician with expertise in analyzing large cohort datasets to assess the impact of immune and vascular risk factors on brain health, particularly concerning Alzheimer's disease. This project is crucial for advancing research on aging and improving health outcomes in older populations. Proposals are due by April 21, 2025, with the anticipated contract period running from May 8, 2025, to May 7, 2026. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details.