Biological Therapeutics Product Development Subject Matter Expert Consultants
ID: NIH-NINDS-CSS-75N95025Q00109Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The National Institutes of Health (NIH), specifically the National Institute of Neurological Disorders and Stroke (NINDS), is seeking proposals for consulting services from subject matter expert (SME) consultants to support the development of biological therapeutics. The objective of this procurement is to engage SMEs who can provide technical recommendations across various phases of drug discovery and development, including chemistry, regulatory affairs, and clinical trial design, particularly for novel therapeutics aimed at neurological disorders and rare genetic conditions. This initiative is crucial for advancing NIH drug discovery programs and ensuring that innovative therapeutic solutions progress efficiently to clinical evaluation. Interested vendors must submit their proposals by January 27, 2025, and can direct inquiries to Shayna Simpson at shayna.simpson@nih.gov or Kelly Dempsey at kelly.dempsey@nih.gov. The contract is expected to span one year with two optional extensions, and the anticipated performance period is from April 1, 2025, to March 30, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines questions and answers related to the solicitation for Biological Therapeutics Product Development subject matter expert (SME) consultants by the National Institutes of Health (NIH). The government is seeking multiple vendors, confirming it is not a sole-source procurement. Respondents may submit resumes for multiple SMEs without being constrained by the 10-page limit, as resumes are not included in this count. Regarding pricing, vendors can propose discount rates for key personnel by modifying the designated Excel price template, which allows for the addition of fully burdened labor rates. Furthermore, this solicitation is classified as a small business set-aside, promoting participation from small businesses in the bidding process. Overall, the document emphasizes the government's intent to broaden vendor participation while addressing specific submission guidelines for proposals.
    The National Institute of Neurological Disorders and Stroke (NINDS) seeks to contract high-level subject matter expert (SME) consultants for the translational development of biological therapeutics. This requirement aligns with NINDS's mission to advance research in neurological disorders and support NIH drug discovery programs, including the Blueprint Neurotherapeutics Network (BPN) and the Ultra-Rare Gene Therapy (URGenT) program. The consultants will provide critical insights across various phases of drug development, including chemistry, regulatory affairs, and clinical trial design, engaging in projects that aim to develop biologics, particularly for rare genetic disorders and pain therapeutics. The contract's performance period spans one year with two optional extensions, primarily conducted remotely with occasional on-site requirements. Consultants are expected to possess extensive experience in biologics development and be adept at navigating regulatory frameworks, including interactions with the FDA. Key deliverables include expert consultations, project milestone evaluations, and technical flow assessments. This initiative emphasizes the need for specialized guidance to enhance the efficiency and outcomes of NINDS's biologics development programs, ensuring that innovative therapeutic solutions progress to clinical evaluation successfully.
    The document outlines the additional terms and conditions relevant to the Federal Acquisition Regulation (FAR) provisions and clauses incorporated by reference into federal solicitations. It emphasizes the responsibilities of contractors in commercial product acquisitions, including requirements for the System for Award Management and various compliance standards, such as contractor ethics, tax regulations, and minority business utilization. Key clauses focus on maintaining equal opportunity initiatives, ensuring safety protocols, and adhering to regulations regarding labor standards and performance evaluations. The document also describes the role of the Contracting Officer and the procedure for contractor performance evaluations, ensuring oversight and accountability throughout the contract period. These provisions reinforce the federal government's commitment to transparency, fair competition, and compliance within procurement processes, particularly in light of current regulations and executive orders. Overall, the document serves as a critical resource for contractors and government agencies navigating federal contracting requirements.
    The document outlines provisions regarding telecommunications and video surveillance services or equipment for government offers, specifically referencing FAR 52.204-24 and the John S. McCain National Defense Authorization Act. It emphasizes that Offerors must assess their provision of "covered telecommunications equipment or services" and disclose whether they will provide such services to the government. Key definitions and prohibitions are established, notably Section 889(a)(1)(A), which bars the procurement of equipment that incorporates covered services. Offerors are required to review the System for Award Management for excluded entities and provide detailed disclosures if they do engage with covered equipment or services. The document also references salary rate limitations under HHSAR 352.231-70. Ultimately, this provision aims to ensure responsible contracting practices and compliance with national security regulations in telecommunications. The regulations highlight the federal government’s proactive stance to avoid reliance on potentially risky technologies in its contracts.
    The document outlines the pricing template for RFQ number 75N95025Q00109, which pertains to a government solicitation requiring consulting support. The government anticipates the involvement of 1-8 Subject Matter Experts (SMEs). It emphasizes the necessity for contractors to provide detailed pricing for standard and optional consulting support, as well as associated costs such as travel and other direct costs (ODCs). The document specifies the duration of the contract, set from April 1, 2025, to March 30, 2026, with two optional extension periods through 2028. It notes a projected travel expense of $1,500 per SME for up to three trips, alongside a total cost allocation for additional hours of consulting support. Overall, the purpose of the document is to facilitate contractors in submitting competitive and structured bids aligned with federal requirements for consulting services. Eligibility for additional costs is cautiously encapsulated, ensuring clarity in the submission process for potential bidders. This pricing structure is essential for transparency in federal contracting practices.
    The document outlines the technical evaluation criteria for a federal solicitation by the National Institutes of Health (NIH), specifically under the National Institute of Neurological Disorders and Stroke (NINDS). It details a two-phase evaluation process for quotes, emphasizing the importance of technical factors over price and past performance. Phase One evaluates the qualifications of quoters and their personnel based on their ability to fulfill the Statement of Work (SOW), with a scoring system out of 100 points. It also assesses the overall price for reasonableness and past performance with relevant projects. Phase Two involves oral presentations from the highest-rated quoters, focusing on technical understanding, communication skills, and their proposed approach to the project. The document includes specific evaluation criteria for technical factors such as personnel qualifications, understanding of project requirements, and presentation skills. It highlights the importance of demonstrating relevant experience, particularly in biotechnology and biologic discovery, as well as the need for effective communication among team members. Overall, the guidelines aim to ensure that the selected contractors are capable and knowledgeable to meet the project needs effectively.
    This document outlines the Invoice and Payment Provisions for federal contracts under the National Institutes of Health (NIH), detailing the process for submitting proper invoices and the timelines for payments. Key requirements for contractors include providing a well-documented invoice with specific information such as contractor details, invoice numbers, unique identifiers, and a description of the services rendered. The document specifies a 30-day payment window from the date an acceptable invoice is received or supplies are accepted. It also addresses interest penalties for late payments and the necessity for contractors to expedite payments to small business subcontractors within 15 days of receiving government payments. Moreover, the document mandates that invoices be submitted electronically through the Department of Treasury’s Invoice Processing Platform (IPP), with alternative submission methods only allowed under specific conditions. Overall, this document serves to standardize invoicing, streamline payments, and ensure compliance with federal regulations relating to contracts and payments.
    The document outlines security provisions and requirements for a contract related to Bioactivity Assay Development Consultant Services, emphasizing the importance of safeguarding information and systems utilized by contractors working with the Department of Health and Human Services (HHS). Key points include compliance with specific FAR and HHSAR clauses on privacy, security safeguards, and personal identity verification, alongside mandatory IT security practices such as regular software updates, data encryption, and annual security training. Contractors must protect personally identifiable information (PII) and follow stringent incident response protocols in case of data breaches, including immediate reporting to relevant authorities. The document highlights the necessity for contractors to adhere to HHS standards for handling Controlled Unclassified Information (CUI) and outlines specific deliverables related to personnel security and incident response. This comprehensive security framework aims to ensure the confidentiality, integrity, and availability of sensitive government information throughout the duration of the contract, underscoring HHS's commitment to safeguarding its information systems and data.
    The National Institutes of Health (NIH) seeks proposals for consulting services to aid in the development of therapeutic biotechnology products (biologics) under solicitation number NIH-NINDS-CSS-75N95025Q00109. The objective is to engage subject matter experts (SMEs) with expertise across various aspects of drug development, covering the entire process from discovery through Phase 1 clinical trials. The solicitation primarily targets small businesses and encourages the submission of quotes under simplified acquisition procedures, with a potential contract type being a labor-hour purchase order. Consistent with the objectives of the NINDS, the consultants will provide technical recommendations on various key areas such as pharmacokinetics, toxicology, and regulatory affairs. The government plans to possibly engage between 1 to 10 SMEs, with work expected to be performed both remotely and at NIH facilities as needed. The contract consists of a one-year base period with two additional option years, and proposals must be submitted by January 27, 2025. Evaluation of bids will occur in phases, focusing on personnel qualifications, pricing, and past performance, leading to potential oral presentations from the top-rated quoters. Compliance with federal regulations, including salary limitations and past performance documentation, is mandatory.
    Lifecycle
    Title
    Type
    Similar Opportunities
    75N93025R00013 - Medical Residents for NIH Clinical Center
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is preparing to issue a presolicitation notice for a contract to provide Postgraduate Medical Residents at the NIH Clinical Center in Bethesda, Maryland. This contract aims to fulfill a new requirement for medical care for NIAID's adult inpatients, necessitating the provision of four medical residents daily, each dedicating approximately 80 hours of professional services weekly, with rotations lasting at least 28 consecutive days. The anticipated duration of the contract is 5.5 years, and proposals are expected to be submitted online around March 12, 2025, as part of an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested offerors are encouraged to participate in this full and open competition, and for further inquiries, they may contact Sevag Kasparian or Maya Joseph via their respective emails.
    In Vitro Assessments of Antimicrobial Activity
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the In Vitro Assessments of Antimicrobial Activity (IVAAA) program through solicitation RFP 75N93024R00024. This initiative aims to support in vitro testing to evaluate the therapeutic potential of compounds against over 270 infectious agents, facilitating the development of vaccines, therapeutics, and diagnostics for infectious diseases. The program is critical for enhancing public health preparedness and response capabilities, particularly in addressing emerging health threats such as bioterrorism and infectious diseases. Proposals are due by March 10, 2025, with a funding range of $2,500 to $15 million available through January 14, 2033. Interested parties can direct inquiries to Alexander Beraud at alexander.beraud@nih.gov or Brian Madgey at brian.madgey@nih.gov.
    R--Notice of Intent to Sole Source
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), has issued a presolicitation notice for a sole source contract aimed at providing operations, maintenance, and modernization support for ClinicalTrials.gov. The objective of this procurement is to enhance IT services that facilitate the accurate collection, storage, and retrieval of clinical trial data, ensuring compliance with statutory requirements and improving data quality. This initiative is crucial for maintaining transparency and usability of clinical trial information, aligning with the strategic goals of the National Library of Medicine (NLM). Interested parties can contact Delfo R. Mizhquiri at sacomizhquirid2@nih.gov or by phone at +1 301 827 4430 for further details. The expected duration of the support is six months, with a hybrid contract type involving both Firm-Fixed-Price and Time-and-Materials arrangements.
    Opera Phenix Plus High-Content Screening System (or equal)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the acquisition of an Opera Phenix Plus High-Content Screening System or an equivalent model to support the Induced Pluripotent Stem Cell Neurodegenerative Diseases Initiative (iNDI) within the Center for Alzheimer’s Disease and Related Dementias (CARD). This advanced imaging system is essential for facilitating research aimed at understanding and developing treatments for Alzheimer's and related neurodegenerative diseases by analyzing cellular responses to genetic variations. The procurement emphasizes the need for features such as automated multi-well plate screening, high-speed image capture, integrated robotic handling, and advanced software capabilities, including machine learning for cell separation and 3D analysis. Interested vendors should contact Iris Merscher at iris.merscher@nih.gov or 301-827-2547, or Karen Mahon at karen.mahon@nih.gov or 301-435-7479 for further details, with a delivery timeline of 12 months post-order.
    NHLBI Procurement Forecast - FY2025-Q1 & Q2
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Heart, Lung, and Blood Institute (NHLBI), has issued a special notice regarding its procurement forecast for the first and second quarters of Fiscal Year 2025. This notice outlines anticipated contracting opportunities, including a variety of goods and services such as scientific support services, IT security, and specialized scientific equipment, with a focus on fostering small business participation. The forecast serves as a planning tool for potential vendors, indicating that while the projected procurements are subject to change, they are essential for supporting the NIH's mission in health research. Interested parties can find detailed information, including estimated dollar values and points of contact, in the attached document, with initial award dates ranging from late 2024 to mid-2025.
    Notice of Intent to Sole Source – TheraDoc subscription
    Buyer not available
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
    Fieldline 64 Sensor
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to enter into a sole-source contract with Fieldline Industries, Inc. for the procurement of advanced optically-pumped magnetometers (OPMs) to develop a non-invasive magnetocardiography (MCoG) sensor array. This contract, identified by solicitation number NIMH250014531, aims to enhance the capability to monitor human brain function with high temporal and spatial resolution, addressing current limitations in neuroscience through the delivery of 64 Fieldline V3 sensors and associated electronics, along with research and design services for a compound gradiometer. The procurement is justified as a small business set-aside, as Fieldline is the sole supplier capable of providing these specialized sensors, having successfully collaborated with NIH for over five years. Interested parties should submit their responses electronically to Joseph Kennedy at joseph.kennedy@nih.gov by the specified deadline, with the contract period commencing on April 1, 2025.
    L--MedStar Health Interventional Cardiology Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking sources for MedStar Health Interventional Cardiology Services. This procurement aims to identify qualified vendors capable of providing specialized interventional cardiology services, which are critical for advancing cardiovascular health and treatment options. The services will support the NIH's mission to improve health outcomes through innovative medical practices and research. Interested parties can reach out to Helmut A. Winffel at helmut.winffel@nih.gov or call +1 301 435 0330 for further information regarding this opportunity.
    Therakos Inc. Cellex® Photopheresis System Procedural Kits
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking procurement for Cellex® Photopheresis System Procedural Kits. This presolicitation aims to acquire in-vitro diagnostic substances that are crucial for therapeutic procedures involving photopheresis, which is significant in treating certain medical conditions. The performance of this contract will take place in Bethesda, Maryland, and interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or by phone at 301-827-4879 for further details. The timeline for this opportunity and additional funding specifics will be outlined in forthcoming announcements.
    Development of Radiation/Nuclear Medical Countermeasures (MCMs) And Biodosimetry Devices
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting proposals for the development of Radiation/Nuclear Medical Countermeasures (MCMs) and biodosimetry devices. The primary objectives are to create effective MCMs that mitigate normal tissue injuries from ionizing radiation and to advance biodosimetry tools that enhance triage and treatment strategies during radiation emergencies. This initiative is crucial for national preparedness against potential radiological incidents, as it aims to address the urgent need for medical interventions and diagnostic capabilities in mass casualty scenarios. Proposals are due by March 19, 2025, with an estimated funding of $2 million annually for successful applicants over a typical three-year contract period, totaling a possible award of $6 million. For further inquiries, interested parties may contact Albert Nguyen at nguyenal@niaid.nih.gov or Emily Bannister at emily.bannister@nih.gov.