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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 6:00 AM UTC
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
Jan 15, 2025, 2:05 PM UTC
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.
Jan 15, 2025, 2:05 PM UTC
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.
Jan 15, 2025, 2:05 PM UTC
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.
Jan 15, 2025, 2:05 PM UTC
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.
Jan 15, 2025, 2:05 PM UTC
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.
Jan 15, 2025, 2:05 PM UTC
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.
Jan 15, 2025, 2:05 PM UTC
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.
Jan 15, 2025, 2:05 PM UTC
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
Combined Synopsis/Solicitation
Similar Opportunities
PATIENT SAFETY MONITORING IN INTERNATIONAL LABORATORIES (pSMILE)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small businesses for a contract related to Patient Safety Monitoring in International Laboratories (pSMILE). The objective of this procurement is to enhance the capabilities of non-U.S. laboratories in conducting clinical trials in accordance with good clinical laboratory practices (GCLP), ensuring reliable test results and compliance with regulatory standards. The anticipated contract will support approximately 150 labs across 18 countries and includes key activities such as auditing lab compliance, supporting method validations, training laboratory staff, and managing a secure electronic repository for lab documentation. Interested organizations must submit detailed capability statements to demonstrate their expertise and relevant experience, with the contract expected to last for one base year and include six one-year options, potentially extending to a total of seven years. For further inquiries, contact Patrick Finn at patrick.finn@nih.gov or Robert Corno at cornorj@niaid.nih.gov.
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
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.
FDA NCTR On-Site Pathology Services
Buyer not available
The U.S. Food and Drug Administration (FDA) is preparing to solicit comprehensive on-site animal pathology services for its National Center for Toxicological Research (NCTR) to support its research programs aimed at public health protection. The required services will encompass a variety of pathology support tasks, including necropsies, histopathology, and specialized techniques such as immunohistochemistry and respiratory pathology, as dictated by research protocols from Principal Investigators. This opportunity is significant for businesses in the professional, scientific, and technical services sector, with the solicitation number 75F40125R00059 expected to be released around April 30, 2025, and a closing date set for 30 days post-release. Interested parties should monitor SAM.gov for updates and can contact Tim Walbert at timothy.walbert@fda.hhs.gov or 870-543-7267 for further information.
Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.
HemaComply Software Maintenance and Support Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a firm-fixed-price contract for HemaComply Software Maintenance and Support Services on a sole-source basis to Hema Terra Technologies LLC. The contract aims to provide ongoing maintenance and support for HemaComply software applications, which are critical for ensuring compliance with FDA regulations in blood donor operations and managing electronic records for NIH patients and blood donors. This software is essential for the Department of Transfusion Medicine's operations, which include the collection of blood and blood components for biomedical research and patient treatment. Interested parties are invited to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 30, 2025, at 6:30 AM EST, as this is not a request for quotation and no solicitation will be issued.
The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Seeks Industry Partners for Clinical Research Collaborations on Therapeutics, Diagnostics or Devices for Childhood Cholestatic Liver Diseases
Buyer not available
The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) is seeking industry partners for clinical research collaborations focused on therapeutics, diagnostics, or devices for childhood cholestatic liver diseases. The initiative aims to engage collaborators in providing novel therapeutic agents and diagnostic tools for use in NIH-sponsored multi-center clinical trials targeting conditions such as biliary atresia and alpha-one antitrypsin deficiency, among others. This collaboration is critical for advancing research and improving clinical outcomes for children suffering from these rare liver diseases. Interested organizations must submit a Capability Statement detailing their proposed solutions and capabilities, with no funding provided by NIDDK for this opportunity. For inquiries, contact Edward Doo at dooe@niddk.nih.gov or Katrina Loh at katrina.loh@nih.gov.
Q--To procure Interventional Cardiology Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure Interventional Cardiology Services. This procurement aims to secure specialized medical services that are critical for the treatment and management of cardiovascular conditions. The services will play a vital role in advancing patient care and research within the NIH's National Heart, Lung, and Blood Institute (NHLBI). Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further inquiries regarding this presolicitation opportunity.
Bio Threat Detection Instrument
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 Safeware, Inc. for the procurement of a BioMeMe Bio Threat Detection Instrument. This new instrument is required to enhance the NIH Division of Fire and Rescue Services' capabilities by allowing simultaneous screening for 14 biological agents, replacing the outdated RAZOR Biothreat detection system that will soon be unsupported. The acquisition is critical for maintaining the NIH's FEMA Type I Hazardous Materials Unit designation and ensuring the safety of employees and visitors during biological research activities. Interested parties that believe they can fulfill the requirements must submit a capability statement by 9:00 AM (Eastern Time) on May 2, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.