Food and Drug Administration (FDA) Office of Clinical Pharmacology (OCP) – Multi-phase/Multi- site Clinical Studies and Laboratory Support Indefinite Delivery-Indefinite Quantity (IDIQ) Type Contract
ID: 75F40124R00064Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; APPLIED RESEARCH (AJ12)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Food and Drug Administration (FDA) is seeking proposals for a single-award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on multi-phase and multi-site clinical studies and laboratory support, specifically within the Office of Clinical Pharmacology. The contract, set aside 100% for small businesses, aims to conduct Phase I clinical trials and provide comprehensive laboratory services, including bioanalytical and biomarker studies, in compliance with FDA regulations and International Council for Harmonization guidelines. This initiative is crucial for advancing drug evaluation and regulatory science, ensuring public health safety through rigorous testing and analysis. Interested parties must submit their proposals by July 19, 2024, with a minimum contract value of $2,500 and a maximum ceiling of $50 million over a five-year period. For further inquiries, contact Craig Wright at craig.wright@fda.hhs.gov or Ian Weiss at Ian.Weiss@fda.hhs.gov.

    Files
    Title
    Posted
    The document outlines the latest wage determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, detailing wage rates and fringe benefits for various occupations in Maryland, specifically Frederick and Montgomery counties. Effective January 30, 2022, contracts must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour, with variation depending on previous awards and extensions under Executive Order 13658, which holds a $12.90 minimum for older contracts. The document lists numerous occupations and their respective wage rates, underscoring that workers in some classifications may earn amounts above set minimums. It emphasizes annual adjustments to these wage rates and detailed employee benefits, including healthcare, vacation, and paid sick leave under Executive Order 13706. The document serves as an essential reference for federal contractors regarding compliance with wage and benefit requirements tied to government contracts, ensuring fair compensation for workers while detailing the processes for adding unlisted classifications or wage rates through a formal conformance process. This comprehensive guidance is vital for adherence to maintaining regulatory standards in federal and state contracts.
    The document outlines a Request for Proposals (RFP) issued by the FDA for clinical trial support services over a five-year period. It specifies two primary performance areas: (A) Overall Clinical Operations Support and Trial Execution, and (B) Bioanalytical/Biomarker Analysis. To be eligible, organizations must possess in-house capabilities for Performance Area A, which constitutes the majority of work. Key requirements include the provision of adequate facilities, compliance with regulatory standards, insurance for trial-related injuries, and a focus on Phase I clinical trials. Additionally, the document addresses questions from potential bidders regarding team arrangements, past performance evaluations, and operational guidelines, indicating the government's expectations for subcontracting and facility adequacy. Questions on the roles of small versus large businesses and specifics about laboratory locations are also highlighted, affirming the FDA's commitment to transparency and clarification in the procurement process. Overall, this RFP seeks to secure qualified contractors capable of conducting clinical trials while ensuring compliance with essential protocols and safety measures.
    The document outlines Amendment 0001 for solicitation number 75F40124R00064, issued by the Department of Health and Human Services (DHHS), specifically relating to the Food and Drug Administration (FDA). The amendment serves to update several key aspects of the Request for Proposal (RFP), including the Wage Determination section to reflect the current federal wage standards and clarifying requirements regarding in-house capabilities for contractors. Significant revisions include a focus on ensuring prime contractors possess operational facilities for most project work, provisions for Standard Operating Procedures to be provided by the contractor, and clarification of final dataset requirements for clinical studies. Changes also address insurance protocols for trial-related injuries and the removal of staff clearance status submissions. Additionally, an Excel attachment containing responses to 37 questions from interested parties is included, with the project’s performance period set from October 31, 2024, to October 30, 2029. This amendment ensures the RFP aligns with evolving regulatory requirements and industry standards while fostering competitive and qualified proposals for government contracts.
    The FDA's solicitation (75F40124R00064) outlines a request for proposals for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract set aside for small businesses, focusing on clinical studies and laboratory support within the Office of Clinical Pharmacology. This contract encompasses the execution of Phase I clinical trials and bioanalytical studies, requiring compliance with FDA regulations and guidelines. The contractor must provide comprehensive services ranging from trial execution to laboratory support and bioanalytical analyses, ensuring data integrity and adherence to project timelines. The contract has a minimum value of $2,500 and a maximum of $50 million over five years. The contractor is expected to have in-house capabilities for overall clinical operations while sub-contracting for laboratory-related tasks is permitted. Proposals necessitate details on task orders, project management plans, and staffing qualifications, emphasizing the importance of qualified personnel such as a Principal Investigator with relevant clinical trial experience. Overall, this solicitation aims to enhance FDA's capabilities in drug evaluation and regulatory science through effective contractor collaboration and subject matter expertise.
    The document titled "APPENDIX A - PIV Card Forms of Identification Table" serves as a reference for identifying the various forms of identification associated with Personal Identity Verification (PIV) cards. It outlines the acceptable forms of ID for individuals engaging with federal systems that require heightened security and verification processes. Key categories may include federal employee IDs, contractor IDs, and other designated forms that comply with governmental policies. The table likely lists specific identification types along with their corresponding attributes or requirements, thereby providing clarity on authentication processes necessary for both federal grants and RFPs. This structured format ensures that users can easily ascertain the identification standards for secure access to government facilities and systems. In context, the document directly supports the protocols involved in federal grants and RFP processes by ensuring that accurate identification mechanisms are in place, thereby aiding in preventing unauthorized access and enhancing overall security. The focus remains on compliance with federal regulations, highlighting the importance of verified identities in governmental transactions.
    The document outlines two clinical studies focused on drug metabolism and drug interaction, requiring budget proposals for federal RFPs. The first study involves 24 healthy subjects to evaluate the pharmacokinetics of three drugs during a food effect study. Key elements include subject recruitment, comprehensive health assessments, and multiple medical tests throughout the treatment period, as well as costs for in-house residency and supplies. The second study expands to 32 healthy subjects, concentrating on drug-drug interactions, requiring pharmacokinetic sample collection and bioanalytical costs for five drugs and two metabolites. Essential procedures involve ECGs, plasma draws, and various lab tests to ensure data accuracy and subject safety. The overall objective is to assess how drugs metabolize in the presence of food and to understand the interaction between multiple substances, which is vital for regulatory approvals and public health safety.
    The "Register of Wage Determinations under the Service Contract Act" outlines minimum wage rates for contractors based on contract type and duration, with a starting wage of $17.20 per hour for contracts initiated or renewed after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. It includes a detailed chart of various occupations and their corresponding wage rates, applicable fringe benefits, and regulations regarding sick leave, vacation, and health benefits under Executive Orders. Additionally, it specifies conformance procedures for unlisted job classifications, ensuring compliance with wage determination standards.
    The document outlines a Past Performance Reference Questionnaire designed for use in federal government RFPs, federal grants, and state/local RFPs. Its purpose is to collect feedback on a contractor's past performance by having a designated rater (such as a program manager or contracting officer) evaluate specific performance aspects. The questionnaire includes a structured rating system with five performance categories: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, each with defined criteria for justification. Evaluators are prompted to provide additional narrative support for their ratings in various areas, including quality of conformance to contract requirements, personnel quality, ability to meet special needs, effective use of resources, adequacy of facilities, timeliness, and overall satisfaction with cost control and performance. The document emphasizes the importance of objective evidence in determining ratings and encourages detailed supporting information to ensure thorough evaluations. Its structured approach aims to enhance transparency and accountability in contractor performance assessments, ultimately facilitating informed decision-making in government contracting processes.
    The FDA's solicitation number 75F40124R00064 outlines a request for proposals (RFP) for a single-award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on clinical studies and laboratory support as part of the Center for Drug Evaluation and Research (CDER). This contract, set aside 100% for small businesses, centers on conducting Phase I clinical trials and supporting laboratory activities related to bioanalytical and biomarker studies. Contractors must demonstrate capabilities in two performance areas: clinical operations support and bioanalytical/omics analysis, ensuring compliance with FDA regulations and ICH Good Clinical Practice (GCP) guidelines. The IDIQ contract will operate over a five-year period with a minimum guarantee of $2,500 and a ceiling of $50 million for task orders. Key tasks include project management, trial execution, protocol compliance, data management, and the analysis of biological specimens. Contractors will be expected to submit comprehensive reports and maintain stringent regulatory documentation throughout the project lifecycle. The structure emphasizes a formal process for task orders, highlighting the significance of safety and adherence to established standards for advancing FDA's mission to safeguard public health and promote regulatory science innovations.
    The document outlines a Request for Proposal (RFP) issued by the Department of Health and Human Services (DHHS), specifically the Food and Drug Administration (FDA). The RFP, identified by Solicitation Number 75F40124R00064, is for clinical studies and laboratory support services, with a period of performance spanning from October 31, 2024, to October 30, 2029. It includes details regarding payment structures, solicitation methods, and applicable federal regulations, indicating the contract falls under various small business designations, including Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business. Proposals must be submitted by July 19, 2024, with an estimated total award amount of $1,000. The document includes specific instructions for offerors, including required block completions and details on invoicing and remittance addresses. The procurement emphasizes compliance with federal acquisition regulations (FAR) and stipulates that the contractor will furnish and deliver services as identified in the Statement of Work provided in Section C. The document signifies the federal government's commitment to engaging small businesses in fulfilling its service needs while ensuring adherence to regulatory standards.
    Similar Opportunities
    BPCA Pediatric Trials Network
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is soliciting proposals for an Indefinite Quantity Contract to establish and maintain an infrastructure for conducting pediatric clinical trials under the Best Pharmaceuticals for Children Act (BPCA). The primary objective of this procurement is to advance pediatric drug development while ensuring compliance with federal regulations regarding human subject protection and quality control in clinical trials. This initiative is crucial for enhancing the safety and efficacy of medications for children, addressing a significant gap in pediatric healthcare. Proposals are due by November 4, 2024, with a performance period from May 19, 2025, to May 18, 2033, and a funding range between $2,500 and $149 million, contingent on successful contract performance. Interested parties can contact Elizabeth J. Osinski at eo43m@nih.gov or call 240-550-5028 for further information.
    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.
    Low Volume Isothermal Titration Calorimeter
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the procurement of a Low Volume Isothermal Titration Calorimeter to support its Division of Pharmaceutical Quality Research. The calorimeter must meet specific technical requirements, including automated titrant delivery, temperature stability, low noise levels, and efficient data acquisition capabilities, which are crucial for analyzing complex drug formulations. This procurement is vital for enhancing the FDA's regulatory reviews and guidance development related to drug product components. Interested vendors must submit their proposals, including technical and price volumes, by September 12, 2024, with questions due by September 6, 2024. For further inquiries, contact Iris Johnson at Iris.Johnson1@fda.hhs.gov or Sheneil Green at Sheneil.Green@fda.hhs.gov.
    PRIMO Software Licensing
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
    MIoBS ELISA Test Kits
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for the procurement of MIoBS ELISA Test Kits, which are critical for detecting undeclared food allergens and gluten. The contract requires the vendor to supply up to seven test kits quarterly, ensuring that the kits are sourced from multiple lots to maintain maximum shelf life and minimize variability. These test kits are essential for the FDA's efforts to uphold food safety standards as mandated by the Food Allergen Consumer Protection Act of 2004 and the Gluten-Free Regulation of 2013. Interested vendors must submit their quotes by 4:30 PM EDT on September 6, 2024, to Joshua Reid at joshua.reid@fda.hhs.gov, with the performance period commencing on September 15, 2024.
    A--PRECLINICAL MEDICATIONS SCREENING IN DEPENDENCE MO
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a contract focused on preclinical medications screening in models of Alcohol Use Disorder (AUD). The objective of this procurement is to conduct blind testing of compounds supplied by developers using mouse models, with the contractor responsible for generating analyses and reports throughout the project. This initiative is crucial for advancing research in alcohol use disorder treatments and ensuring compliance with NIH policies on reproducibility and animal welfare. Proposals are due by September 18, 2024, with the contract period commencing on December 1, 2024, and extending through November 30, 2031. Interested parties can contact Lisa Schaupp at lisa.schaupp@nih.gov or 301-827-8135 for further information.
    Software License and Device Warranty for Two Nanopore GridION Instruments
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to procure a Software License and Device Warranty for two Nanopore GridION instruments. This acquisition aims to support the FDA's Next Generation Sequencing (NGS) initiatives, which are critical for genomic data collection and analysis related to foodborne pathogens and beneficial microbes. The instruments will be maintained through software and hardware updates, remote troubleshooting, and a return and replace policy for faulty devices, ensuring optimal performance for researchers in the Office of Applied Research and Safety Assessment. The total cost for the one-year warranty and license renewal is $25,000, with a performance period from September 28, 2024, to September 27, 2025, and an option for three additional years, subject to funding. Interested parties should contact Raphael Hall at raphael.hall@fda.hhs.gov or James O'Keefe III at james.okeefeiii@fda.hhs.gov, with proposals due by September 12, 2024, at 11:59 PM Eastern Standard Time.
    A Solicitation of the National Institutes of Health (NIH) and The Centers for Disease Control and Prevention (CDC) for Small Business Innovation Research (SBIR) Contract Proposals
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) and the Centers for Disease Control and Prevention (CDC) seek proposals from small businesses for innovative research projects under the Small Business Innovation Research (SBIR) program. The upcoming solicitation, PHS-2025-1, will open on August 2, 2024, with a closing date of October 18, 2024, and aims to foster healthcare technological innovation and commercialization. Research topics span cancer research, aging, and various health concerns. Offerors must demonstrate the technical and commercial viability of their proposals. This solicitation invites applications for Phase I, Fast Track, and Direct to Phase II projects, with evaluations based on scientific merit, commercial potential, and performance quality. Successful small businesses could receive funding for their research initiatives, contributing to NIH and CDC mission objectives.
    Laboratory Gas Supply Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors to provide Laboratory Gas Supply Services for its Office of Product Quality Research (OPQR) at the White Oak and Ammendale locations. The procurement requires vendors to deliver and manage the supply of various gases, including nitrogen, helium, and argon, with a focus on timely delivery and compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation standard and includes a base period of 12 months with two additional 12-month options. Interested vendors must submit their firm-fixed price quotes by September 12, 2024, and direct any inquiries to Iris Johnson at Iris.Johnson1@fda.hhs.gov or Sheneil Green at Sheneil.Green@fda.hhs.gov.
    Irvine Vacuum Pump Replacement
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the replacement of an obsolete vacuum pump system at its Los Angeles District Office and Pacific Southwest Food and Feed Laboratory in Irvine, California. The project requires the installation of a new vacuum pump system that adheres to NIH Design Requirements and includes N+1 system redundancy to mitigate risks associated with the current system's obsolescence. This procurement is critical for maintaining operational efficiency and safety in laboratory environments, ensuring that the FDA can continue its vital work in food and drug safety. Interested contractors must attend a mandatory site visit on September 5, 2024, submit questions by September 9, 2024, and deliver proposals by September 18, 2024, with all submissions directed to Sheneil Green at Sheneil.Green@fda.hhs.gov. The contract will be awarded based on a firm fixed price, and compliance with federal regulations is required throughout the process.