National Institute of Environmental Health Sciences (NIEHS) Assessment of Immunotoxicity – In Vitro and In Vivo Assessment of Immune Function
ID: 75N96025R00001Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTE OF HEALTH NIEHSMORRISVILLE, NC, 27560, USA

NAICS

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

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH (AJ11)
Timeline
  1. 1
    Posted Dec 16, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 16, 2024, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 9:00 PM UTC
Description

The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, is seeking proposals for a contract focused on the assessment of immunotoxicity through both in vitro and in vivo studies of immune function. The primary objective is to evaluate how selected chemical agents modify immune responses, utilizing established testing models to enhance understanding of immunotoxicity while aiming to reduce animal use in research. This initiative is critical for advancing toxicological assessments and ensuring compliance with federal standards in environmental health research. Interested contractors must submit their proposals by 4:00 PM EST on February 18, 2025, and can direct inquiries to Adam Muhsin at adam.muhsin@nih.gov or Erica Kitzmiller at erica.kitzmiller@nih.gov.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 5:05 PM UTC
The National Institute of Environmental Health Sciences (NIEHS) issued a Request for Proposals (RFP) for a contract aimed at assessing immunotoxicity through in vitro and in vivo studies of immune function. The solicitation, numbered 75N96025R00001, seeks to support the Division of Translational Toxicology (DTT) in evaluating the potential immune-modulating effects of chemical agents using established testing models. Contractors are expected to provide expertise, personnel, and resources to conduct these research studies, focusing on reducing animal use through in vitro methods. Key tasks include determining immune response modifications from chemical exposure, evaluating allergic reactions through established OECD tests, and conducting comprehensive in vivo testing in rodents. The contract covers a base period starting from 02/12/2026 to 02/11/2027, with the potential for multiple option periods extending up to nine additional years. Bids must be submitted by 4:00 PM EST on 2/18/2025, and offerors must comply with various regulations, including Section 508 compliance and animal welfare guidelines. The RFP emphasizes the importance of rigorous scientific methods and ongoing evaluation of research methodologies within the NIEHS framework.
Jan 14, 2025, 5:05 PM UTC
The document is a Proposal Intent Response Form associated with RFP No. 75N96025R00001, which pertains to the Assessment of Immunotoxicity for the National Institute of Environmental Health Sciences. It invites potential bidders to indicate their intention to either submit a proposal or not. The form emphasizes that responding is non-binding but aids in planning for proposal evaluation. Respondents are asked to provide their contact details, including their name, title, organization, and email. If they choose not to respond, they are prompted to furnish reasons for their decision. The document is structured to facilitate communication and planning for the procurement process, focusing on the assessment of immune function both in vitro and in vivo. The overall purpose is to gather preliminary indications of interest to assist in managing response evaluations efficiently.
Jan 14, 2025, 5:05 PM UTC
Attachment 11, titled "Historical Small Business Utilization," is a required form for all offerors responding to federal government RFPs. It aids in evaluating Factor 6, which focuses on small business participation. The form necessitates details regarding the offeror's contract history, including project specifics, performance type (prime, subcontractor, or joint venture), and subcontracting plans. Each project submitted under Factor 1 must include actual subcontract values and performance percentages, as well as established goals where applicable. Offerors must document achievements and explain any unmet goals or instances of zero subcontracting for small businesses. Specific sections are designated for inputting financial values related to various business categories, including small business concerns and disadvantageous classifications. The document emphasizes the need for clarity and completeness, rejecting any alternative format submissions. The focus is on promoting small business utilization within government contracting, ensuring accountability and transparency in how larger entities engage smaller firms. Overall, the form serves as a critical tool for fostering small business growth through federal contracts.
The Small Business Participation Commitment Document (SBPCD) outlines the requirements for all offerors, including both large and small businesses, to detail their commitments to subcontracting with small businesses (SBs) in response to RFP No. 75N96025R00001. The document emphasizes the need to establish firm commitments through various agreements and includes sections for identifying the estimated total contract value, the funds designated for self-performance, and the proposed funds to be subcontracted. Offerors must meet a minimum small business participation requirement of 5% of the total contract value and detail the contributions from various small business socioeconomic categories, including Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), and others. Failure to meet the 5% requirement necessitates a detailed explanation. The SBPCD serves as a structured approach to ensure that small businesses have opportunities to participate in federal contracts, promoting equitable economic growth and business development within underrepresented sectors.
Jan 14, 2025, 5:05 PM UTC
The provided document outlines the structure and requirements for completing a government Request for Proposal (RFP) with a focus on financial estimates and administrative support for various research activities. It emphasizes the importance of populating yellow-highlighted cells across multiple tabs, ensuring accuracy in direct labor hours, rates, indirect costs, and overhead calculations without altering existing formulas, to maintain data integrity. Key sections detail base and optional work costs for administrative support, including direct labor, fringe benefits, overhead, and general administrative expenses. Specific research outlines such as In Vitro Screening Studies are included, highlighting the necessity for accurate labor and material cost estimates. It also covers travel costs associated with contractor activities and emphasizes the importance of detailed support for subcontractor and consultant costs. Overall, the document serves to guide the stakeholders in effectively compiling comprehensive and compliant proposals that align with federal grants and contracts by providing a structured method for financial documentation and transparency in cost estimation. This ensures adherence to regulatory standards and efficient management of federal resources throughout the project lifespan.
Jan 14, 2025, 5:05 PM UTC
This document is an attachment related to the Request for Proposals (RFP) 75N96025R00001, which requires respondents to provide detailed contact information for key personnel involved in the proposal submission. It highlights the necessity of including the business representative and proposed principal investigator's name, title, organization, street address (not a P.O. Box), and various contact methods (telephone, fax, email). This information is essential for ensuring effective communication throughout the proposal process. The clear structure mandates that this information be completed and submitted alongside the business proposal to facilitate swift and accurate contact with the involved parties.
Jan 14, 2025, 5:05 PM UTC
The document references a technical issue regarding the inability to display specific contents due to compatibility problems with the PDF viewer. It suggests the appropriate action of upgrading to the latest version of Adobe Reader for enhanced viewing capabilities. Additionally, it includes technical acknowledgments related to the trademarks of Windows, Mac, and Linux. However, without the proper contents, the document lacks substantive information to analyze regarding federal RFPs, grants, or state/local proposals. The main purpose appears to be to ensure users can access necessary documents smoothly by upgrading their software, which is critical for engaging with government contracting opportunities. It highlights the importance of maintaining updated software for compliance with modern technology standards in the context of government documentation.
Jan 14, 2025, 5:05 PM UTC
The document serves as guidance for completing Form NIH 2706, titled "Financial Report of Individual Project/Contract," primarily used by the NIH for monitoring financial and personnel resources in contracts. Its purpose includes providing contractors with relevant management data and identifying potential areas of financial discrepancies through comparisons of projections versus actual performance. Key reporting requirements include submitting an original and two copies of the report within 30 working days after the reporting period, detailing approved expenditure categories. Definitions for reporting categories such as personnel, travel, supplies, and overhead are specified, with instructions for entering data across multiple columns, including incurred costs, estimates, and variances. Contractors are required to provide detailed reports on any negotiated and non-negotiated expenditures if significant variances are detected. Overall, the document emphasizes structured fiscal reporting and analysis to facilitate efficient contract management, accountability, and transparency in federal projects, aligning with broader RFP, grant, and contract compliance frameworks in government operations.
Jan 14, 2025, 5:05 PM UTC
The document provided is the NIH Form 2706, which is part of a financial report required for individual projects or contracts under the National Institutes of Health. Its primary purpose is to track expenditures and manage the budget associated with specific contracts. The form includes sections for reporting the contractor’s name, reporting period, incurred costs, percentage of effort, estimated costs to complete the project, and any variances between negotiated contract amounts and actual costs reported. The structure of the form facilitates a comprehensive overview of financial performance by comparing cumulative costs and expenditures over specific periods, allowing for the identification of over or under-spending relative to the agreed budget. This form is crucial for federal grants, RFPs, and contracts, as it provides transparency in funding allocation and utilization, ensuring accountability within the NIH’s financial management practices. Use of this form is mandatory for contractors, reinforcing systematic reporting standards in accordance with federal regulatory requirements.
Jan 14, 2025, 5:05 PM UTC
The document outlines a Statement of Work (SOW) for a non-personal service contract between the National Institute of Environmental Health Sciences (NIEHS) and a contractor to assess immunotoxicity through in vitro and in vivo studies. The primary objective is to study how selected agents modify immune function by utilizing comprehensive testing models. The contractor must provide qualified personnel and possess the capability to execute specific immunotoxicity evaluations, employing both in vitro assays for humoral and cell-mediated immunity, as well as in vivo assessments in rodents. Research activities include the development of methodologies that predict immunotoxicity, and comprehensive reporting is required, including progress reports, study protocols, and final study reports. The contractor must comply with regulations regarding animal use and ensure that facilities are accredited. Essential to the project is the submission of a Quality Management Plan and adherence to ethical guidelines. This contract aims to address gaps in current toxicological assessments, contributing vital knowledge to the understanding of environmental health impacts and ensuring compliance with federal standards throughout the research.
Jan 14, 2025, 5:05 PM UTC
The document is a Proposal Summary and Data Record from the National Institutes of Health (NIH) for federal Request for Proposals (RFPs). It outlines key elements required for proposal submissions, including the project title, legal name and address of the offeror, place of performance, type of contract proposed (cost-reimbursement, fixed price, etc.), estimated completion time, starting date, and budgeted direct costs. It also includes questions regarding the involvement of subcontractors and human subjects or vertebrate animals in the research. Significant sections require details on principal and co-investigators, including their weekly hours and contact information, as well as those authorized to negotiate and execute contracts. Additionally, the document contains sections on IRB and IACUC approvals if the proposal involves human subjects or vertebrate animals. It concludes with administrative details such as the cognizant government audit agency, number of employees, business volume, and the offer's expiration date. This comprehensive structure aids in standardizing submissions and ensuring compliance with federal requirements regarding research proposals and funding.
Jan 14, 2025, 5:05 PM UTC
The document outlines the Annual Representations and Certifications required for offerors in government solicitations, emphasizing compliance with various federal acquisition regulations. It includes sections on identifying the North American Industry Classification System (NAICS) code, small business size standards, and certifications related to telecommunications equipment, cost accounting standards, and supply chain risks. Offerors must provide detailed information regarding their business practices, potential affiliations with foreign entities, and any legal or compliance issues that may impact contract eligibility. The text establishes specific representations that must be completed electronically through the System for Award Management (SAM), ensuring that offeror information is current and accurate. This comprehensive documentation is intended to ensure transparency and accountability in the contracting process, thereby safeguarding federal interests in various transactions, particularly those exceeding certain financial thresholds. The structure facilitates systematic collection of pertinent data necessary for evaluating an offeror's responsibility and suitability for contract awards in alignment with federal regulations.
Jan 14, 2025, 5:05 PM UTC
This document outlines the requirements for offerors participating in federal contracts, cooperative agreements, and grants. It specifically requests detailed information about key professional individuals involved in the proposal, including the Project Director and Principal Investigator. The file mandates that Offerors provide the total number of active federal contracts and commitments of effort for each key individual, alongside any outstanding proposals currently in anticipation. Each section necessitates clear identification of the individual’s name and title, agency affiliation, and total commitment effort. Furthermore, offerors must articulate the anticipated level of effort that these individuals will dedicate to the contract should it be awarded. The structure of the document involves a series of prompts aimed at ensuring comprehensive reporting on the capabilities and commitments of the involved professionals, essential for effective proposal evaluation in the context of government solicitations. The overarching goal is to assess qualifications and resource availability to inform decision-making in awarding contracts or grants.
Jan 14, 2025, 5:05 PM UTC
The document outlines a series of research proposals focused on immunotoxicity, specifically evaluating the effects of various agents, including lycopene, through in vitro and in vivo studies. The primary goal is to assess immune suppression and developmental immunotoxicity using established models such as human whole blood culture systems and various animal species, including Sprague Dawley rats and B6C3F1 mice. Each proposal emphasizes the importance of detailed project management strategies, including human and animal handling protocols, budgeting, and adherence to Good Laboratory Practice (GLP) standards. Key objectives include conducting evaluations of immune responses via specific assays for cytokine levels, leukocyte subpopulation analysis, and evaluating cell-mediated immunity. Government-furnished materials and required outputs are specified to ensure compliance and standardization. The proposals encourage innovation in toxicological assessments and aim to establish novel methodologies for future regulatory acceptance. Overall, the document serves as a framework for contractors to develop and submit comprehensive research proposals, aligning with the goals of the Division of Translational Toxicology at the National Institute of Environmental Health Sciences to improve immunotoxicity testing and minimize animal use in research.
Jan 14, 2025, 5:05 PM UTC
The document is an Experience Form used for government Requests for Proposals (RFPs) and contracts, aimed at gathering essential information about a firm's past project experience. It includes sections that ask for the firm's details, the nature of the work performed, project numbers, contract types, and award amounts. Key points include the need for detailed descriptions of the project’s relevancy to the RFP requirements, the specifics of work performed by the firm, and the project’s award dates and amounts. The structure is organized into numbered sections to ensure comprehensive and clear responses, prompting firms to provide both quantitative data and qualitative insights into their experience. This information is critical for evaluating the capability and qualifications of potential contractors and aligns with federal and state procurement processes, emphasizing transparency and accountability in government spending. Overall, the form serves as a foundational tool for assessing contractor experience and ensuring informed decision-making in government contracting.
Jan 14, 2025, 5:05 PM UTC
The document outlines the requirements for biographical sketches of senior/key personnel involved in a project assessing immunotoxicity, focusing on in vitro and in vivo immune function for the National Institute of Environmental Health Sciences (NIEHS). It specifies the structured format for presenting personal information, including degrees, work history, accomplishments, and contributions to science. The biographical sketch must encompass aspects of each individual's training, technical expertise, and significant research contributions within a maximum of five pages. Emphasis is placed on providing relevant peer-reviewed publications and detailing ongoing and completed research projects related to the proposed work, highlighting roles and goals. This document is part of a federal request for proposals (RFP) and aims to ensure that the project team has the necessary expertise and background to successfully carry out the research. Overall, it emphasizes the importance of detailed qualifications and relevant experience within the context of federal grants and RFPs.
Jan 14, 2025, 5:05 PM UTC
The NIEHS Past Performance Questionnaire (Form PPQ-0) is a structured document designed for contractors and clients to assess past project performance relevant to government contracts. Contractors fill in detailed information about the project, including contract specifics, the complexity of work performed, and outcomes, while clients evaluate the contractor's performance based on various criteria such as quality, timeliness, customer satisfaction, management, cost management, safety, and overall compliance. Ratings range from Exceptional (E) to Unsatisfactory (U), providing a systematic way to gauge contractor reliability and effectiveness. The form highlights the importance of direct client feedback, which can be submitted to NIEHS, ensuring that accurate performance evaluations contribute to future government RFPs and grants. This questionnaire serves as a critical tool in the procurement process, enabling informed decisions based on historical contractor performance.
Similar Opportunities
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.
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.
Fire System and Suppression Maintenance and Repair Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide Fire System and Suppression Maintenance and Repair Services at the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, North Carolina. The contractor will be responsible for preventive maintenance, emergency repairs, and inspections of the government-owned SimplexGrinnell fire annunciator system and associated fire suppression systems, ensuring compliance with safety standards and operational readiness. This contract, which spans from September 30, 2025, to September 29, 2026, includes options for four annual extensions based on performance, and interested parties can reach out to Andrew Gathogo at andrew.gathogo@nih.gov or call 984-287-4386 for further details.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
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.
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.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
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 quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
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.
2 PAM Autoinjectors
Buyer not available
The Department of Health and Human Services, specifically the Biomedical Advanced Research and Development Authority (BARDA), is seeking market information regarding the development and manufacturing of 2-PAM (Pralidoxime) autoinjectors intended for the treatment of organophosphate poisoning, including exposure to nerve agents. The objective is to gather data on the capabilities of businesses to produce FDA-approved autoinjectors, with a requirement to manufacture up to 2 million units that meet Emergency Use Authorization standards by 2027. This initiative is crucial for ensuring effective public health responses to chemical, biological, radiological, and nuclear (CBRN) threats through adequate medical countermeasures. Interested parties must submit their responses, including business and technical representations, by May 14, 2025, and can contact Kevin Dean at kevin.dean1@hhs.gov or Erin Greninger at erin.greninger@hhs.gov for further information.
12-Month maintenance agreement for Qtrap Mass Spectrometers
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.