Determining Kinases Inhibition by GSK3 Inhibitors
ID: 75N95024Q00588Type: 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
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to determine kinase inhibition by GSK3 inhibitors as part of a non-competitive procurement process. The objective is to generate 5,000 data points and 400 IC50 curves through biochemical assays to support research on CTNNB1 syndrome, a rare neurodevelopmental disorder, by profiling the efficacy of newly developed compounds against human lipid kinases. This project is crucial for advancing treatment strategies and optimizing compound design, with a contract anticipated to be awarded by September 17, 2024. Interested parties should direct inquiries to Michelle Cecilia at michelle.cecilia@nih.gov, and must ensure compliance with federal regulations as outlined in the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Center for Advancing Translational Sciences (NCATS) seeks a contractor to profile GSK3 inhibitors against a panel of human kinases, generating 5,000 data points and 400 IC50 curves. This project aims to further research into CTNNB1 syndrome, a rare neurodevelopmental disorder without established treatments. NCATS collaborates with experts from Tufts University and the Broad Institute to develop GSK3 inhibitors and requires detailed data on their efficacy, specifically focusing on human lipid kinases. The contractor will perform biochemical assays to assess kinases' percent inhibition at specified concentrations and provide results in Excel format within three weeks. NCATS will supply the relevant compounds and retains unlimited rights to the data generated. The overall goal is to advance understanding and treatment strategies for CTNNB1 syndrome through rigorous kinase profiling and optimized compound design within the given timeline of September 23, 2024, to October 22, 2024.
    The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, detailing the contractual terms and conditions that contractors must adhere to when implementing laws or executive orders related to commercial products and services. It specifies various clauses related to compliance, including those on business ethics, whistleblower protections, service contract reporting, and restrictions on certain foreign purchases and specific vendors. The contractors are mandated to incorporate these clauses in subcontracts where applicable, ensuring adherence to stipulations regarding labor standards, employee rights, and maintaining records for governmental audits. The document emphasizes key compliance areas, such as the prohibition on using products or services from certain companies and the requirement to promote small business involvement in contracting. In essence, this document serves as a regulatory framework for contractors engaged in federal acquisitions, reinforcing accountability and compliance with broader legislative and ethical standards in the procurement process.
    The document outlines the addendum to the Federal Acquisition Regulation (FAR) 52.212-4, detailing terms and conditions applicable to commercial items in government contracts. It establishes an order of precedence for resolving inconsistencies, emphasizing the schedule of supplies/services, followed by various specific clauses. It defines "Commercial supplier agreements," describing them as terms commonplace in IT acquisitions and specifying their applicability. The text mandates that agreements involving the U.S. Government must adhere to federal law, prohibits unilateral revocation of rights by suppliers, and clarifies dispute resolution processes. Notably, it restricts automatic renewals, establishes indemnification terms, and outlines audit procedures for compliance. Additionally, it includes a clause about the government's option to extend contract terms, allowing for a maximum extension period of three years. Overall, the document ensures compliance with federal requirements, protects government rights, and governs the terms of vendor interactions in federal procurement processes.
    This document details the invoice and payment provisions applicable to federal contracts, specifically emphasizing the transition to the Invoice Processing Platform (IPP) for payment submissions. It outlines the requirements for proper invoices, including necessary information such as vendor details, tax identification numbers, and payment terms linked to the Prompt Payment Act. Additionally, the contract stipulates that payment should occur within 30 days after receipt of a proper invoice or government acceptance of services or supplies provided. It discusses interest penalties for late payments, with specific conditions under which these penalties apply. The document also mandates accelerated payments to small business subcontractors, ensuring that payments are made within 15 days after receiving accelerated payments from the government. Lastly, it outlines that payment requests must generally be submitted electronically through the IPP unless otherwise authorized by the contracting officer. Overall, the document serves to ensure compliance and efficient processing of payments under federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    A--BPCA Pediatric Trials Network
    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 an Indefinite Quantity Contract to establish and manage the Best Pharmaceuticals for Children Act (BPCA) Pediatric Trials Network. This initiative aims to create a robust infrastructure for conducting pediatric clinical trials, emphasizing compliance with federal regulations and ethical standards in research practices. The contract, which has a performance period from May 19, 2025, to May 18, 2033, offers a minimum compensation of $2,500 and a maximum potential value of $149 million, contingent on successful performance. Proposals are due by November 4, 2024, and interested parties can contact Elizabeth J. Osinski at eo43m@nih.gov or 240-550-5028 for further information.
    Chemistry, Manufacturing and Controls and Related Services for Development of Drug Substances
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Chemistry, Manufacturing, and Controls (CMC) services related to the development of drug substances. The primary objective is to ensure the Division of Preclinical Innovation (DPI) receives drug substances of adequate quality and quantity to support preclinical and Investigational New Drug (IND)-enabling studies, adhering to current Good Manufacturing Practice (cGMP) standards. This procurement is crucial for advancing therapeutics from preclinical stages to market readiness, emphasizing a multidisciplinary approach and compliance with regulatory requirements throughout the drug development pipeline. The Request for Proposals (RFP) is expected to be released on or about October 4, 2024, with contract awards anticipated in the second quarter of FY2025. Interested parties may contact Samson Shifaraw at samson.shifaraw@nih.gov 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.
    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.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    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.
    Developing a Database for STI Preventatives to Facilitate Information Exchange
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH) and its National Institute of Child Health and Human Development (NICHD), is seeking to award a non-competitive contract for the development of a database aimed at facilitating information exchange regarding sexually transmitted infection (STI) preventatives. The primary objective of this procurement is to enhance collaboration among stakeholders involved in the development of multipurpose prevention technologies (MPTs), which serve both contraceptive and STI prevention purposes, including HIV. This initiative is crucial for minimizing silos in STI prevention efforts and ensuring that product developers, regulatory bodies, and researchers can effectively share relevant data. Interested parties must submit their capability statements, technical and cost proposals, and necessary registration details by September 27, 2024, with the contract period expected to run from September 30, 2024, to September 29, 2025. For further inquiries, contact Michael Falzone at falzoneml@nih.gov or by phone at 301-827-1873.
    Budget Technical and Scientific Resources Staffing
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to negotiate a contract for Budget Technical and Scientific Resources Staffing with Remedy Biz, Inc. The objective of this procurement is to secure professional Matter Experts who will provide high-level strategic budget and financial management planning and execution services for the NIH, extending the current contract period from September 23, 2024, to November 30, 2024. This contract is crucial for ensuring effective financial oversight and management within the NIH, which plays a vital role in public health research and funding. Interested small businesses are encouraged to submit their quotes and capabilities to Lisa Ingram at lisa.ingram@nih.gov by September 20, 2024, referencing solicitation number NIH-OLAO-OD5-NOI7077500.
    Good Manufacturing Practice (GMP)-manufactured Monoclonal Antibody
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to award a sole source contract for the procurement of Good Manufacturing Practice (GMP)-manufactured Monoclonal Antibody UB-421, with a requirement of 100 liters. This procurement is critical for an ongoing clinical trial aimed at treating patients with multidrug-resistant HIV-1 infection, utilizing UB-421, which is exclusively manufactured by United BioPharma, Inc., the sole patent holder and provider of the necessary cell line for production. Interested parties who believe they can meet the specifications must submit a capability statement to the primary contact, Hershea Vance, by 3:00 PM EST on September 20, 2024, as the contract is expected to be awarded within 19 days of this notice, with a performance period from September 23, 2024, to September 24, 2025.
    Sleepworks Service Agreement
    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), intends to award a non-competitive contract for a Sleepworks Service Agreement. This procurement aims to secure a service maintenance agreement for equipment utilized in research focused on identifying electrical activity patterns in the sleeping brain, which is crucial for detecting neurodevelopmental and neuropsychiatric disorders. The contract will support collaborative efforts with various scientific centers to enhance understanding of sleep's role in brain development through advanced recording techniques and biomarker exploration. Interested parties must submit their capability statements by September 23, 2024, at 9:00 a.m. EST, to Robin Knightly at Robin.Knightly@nih.gov, referencing solicitation number 75N95024Q00579.
    Service/maintenance agreement for Discover 2.0 and Liberty Blue HT12/Razor systems
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Center for Advancing Translational Sciences (NCATS), is seeking to award a non-competitive contract for a service and maintenance agreement for the Discover 2.0 and Liberty Blue HT12/Razor systems. This procurement aims to ensure the full functionality of these critical laboratory instruments, which are essential for NCATS's research in developing innovative diagnostics and therapeutics. The service agreement will include unlimited service visits, preventative maintenance, and support from OEM-trained engineers, ensuring the continuity and standardization of NCATS research efforts. Interested parties must submit their capability statements to Rhanda Lopez at rhanda.lopez@nih.gov by September 20, 2024, at 2:30 PM Eastern Standard Time, referencing solicitation number 75N95C24P00096.