NOTICE OF INTENT TO SOLE SOURCE: Stability Testing Services And Drug Master File Maintenance For Antibody Drug Conjugate ADCT-701
ID: 75N91025NOI7142309Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHBethesda, MD, 20892, US

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health, is issuing a notice of intent to sole source a contract for stability testing services and drug master file maintenance for ADCT-701, an antibody drug conjugate targeting neuroendocrine neoplasms. The procurement aims to ensure compliance with FDA regulations through stability studies and maintenance of associated Drug Master Files, with testing to be conducted at -70°C and results reported at specified intervals over a period of up to 60 months. This contract is critical for maintaining the integrity and safety of the drug product, with a firm fixed-price purchase order set to commence on April 17, 2025, and conclude by July 17, 2027. Interested parties may contact Miguel Diaz at miguel.diaz@nih.gov or call 240-276-5439 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Cancer Institute (NCI) is seeking stability testing services and drug master file maintenance for ADCT-701, an antibody drug conjugate targeting neuroendocrine neoplasms. This contract aims to ensure compliance with FDA regulations by conducting stability studies—beginning April 17, 2022—for ADCT-701 while maintaining associated Drug Master Files (DMFs). The selected contractor must adhere to cGMP standards and ICH guidelines, performing specific tests on the drug product stored at -70°C, with results reported at predetermined intervals up to 60 months post-manufacture. Failure notifications and timely updates on expiry dates based on stability test outcomes are also required. The firm fixed-price purchase order initiates from April 17, 2025, through July 17, 2027, with all work conducted at the contractor's facilities. The document outlines clear deliverables, such as certified analysis reports and notifications of any stability test failures, and establishes payment terms within 30 days of invoice receipt, emphasizing the government’s role in overseeing contract fulfillment.
    Similar Opportunities
    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.
    Notice of Intent to Sole Source - FDA_2272025
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to issue a Sole Source Firm Fixed Price contract for the procurement of two Emulate Zoe CM1 Organ-On-A-Chip culture modules and one Orb Hub Module-1. This procurement aims to evaluate microphysiological systems (MPS) as alternatives to traditional in-vitro models in pharmacokinetic and toxicology studies, which are crucial for advancing FDA's scientific operations and regulatory practices. The selected modules will support the FDA's Division of Applied Regulatory Science (DARS) and must be delivered and installed within 12 months post-award at the FDA’s White Oak Campus in Silver Spring, Maryland. Interested suppliers who believe they can meet the requirements outlined in the Statement of Work are invited to submit capability statements by March 7, 2025, to Hilda Aryeh at hilda.aryeh@fda.hhs.gov.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Buyer not available
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
    NOTICE OF INTENT TO SOLE SOURCE: Preventive Maintenance Services for one (1) Bruker GeoMx Digital Spatial Profiler System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for preventive maintenance services for one Bruker GeoMx Digital Spatial Profiler System at its Tumor Immune-Micro-Environment laboratory in Bethesda, Maryland. The procurement includes on-site maintenance, emergency repair services, and software updates, all to be performed by factory-trained personnel to ensure the system operates optimally for research on tumor microenvironments and immune-based therapies. This contract is crucial for maintaining advanced research equipment that supports innovative cancer treatment strategies, with a performance period of one base year and four optional extensions, and payments made quarterly in arrears. Interested parties can contact Miguel Diaz at miguel.diaz@nih.gov or by phone at 240-276-5439 for further details.
    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.
    Preventive Maintenance Service for Thermo Orbitrap Fusion Lumos Mass Spectrometer System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking preventive maintenance services for its Thermo Orbitrap Fusion Lumos mass spectrometer system, which is crucial for the Clinical Cancer Metabolism Facility's research activities. The contractor will be responsible for providing all necessary labor, materials, and equipment to maintain the system's functionality, including annual scheduled visits for cleaning, calibration, and testing, as well as emergency services at no additional cost. This procurement is vital for ensuring the accuracy and reliability of data from clinical trials, directly impacting patient care and safety, and is structured as a firm fixed-price order for one year with four optional extensions. Interested parties, particularly small businesses, are encouraged to submit capability statements by March 3, 2025, and can contact David Romley at David.Romley@nih.gov or 240-276-7822 for further information.
    Service and Maintenance for a DNA qualification instrument (Femto Pulse System)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for the Agilent Femto Pulse System, a critical instrument used for DNA qualification within its Center for Alzheimer’s and Related Dementias (CARD). The procurement includes a base year and two optional years under a firm fixed price agreement, requiring certified Agilent technicians to perform preventative maintenance, software upgrades, and troubleshooting, with rapid response times mandated for service requests. This maintenance is essential for ensuring the operational capabilities of vital research equipment, which supports ongoing studies in Alzheimer's and related dementias. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details regarding the solicitation process.
    NOTICE OF INTENT TO SOLE SOURCE: Preventive Maintenance Service for One (1) Bruker Preclinical BioSpec 3T MRI System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for preventive maintenance services for a Bruker Preclinical BioSpec 3T MRI System. The contractor will be responsible for on-site preventive maintenance, emergency repairs, software updates, and hardware refreshes, all performed by factory-trained personnel in accordance with OEM standards. This MRI system is vital for the Radiation Biology Branch's research on cancer treatment and diagnosis, ensuring optimal functionality for metabolic imaging studies. Interested parties can contact Miguel Diaz at miguel.diaz@nih.gov or call 240-276-5439 for further details regarding this opportunity.
    B--Evaluation of R406 levels
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the evaluation of R406 levels as part of a presolicitation notice. The objective of this procurement is to conduct specialized studies and analyses related to chemical and biological research, which falls under the NAICS code 541714 for Research and Development in Biotechnology (except Nanobiotechnology). This evaluation is crucial for advancing understanding in the relevant scientific fields and may have significant implications for public health. Interested parties can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further information, although specific funding amounts and deadlines have not been disclosed in the current listing.
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.