Manufacturing and Nonclinical Studies Support for the Development of Therapeutic Biotechnology Products (Biologics) for Neurological related Disorders
ID: 75N95024R00050Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; APPLIED RESEARCH (AN12)
Timeline
    Description

    Presolicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is planning to procure Manufacturing and Nonclinical Studies Support for the Development of Therapeutic Biotechnology Products (Biologics) for Neurological related Disorders. This service is typically used to support the translational development of therapeutic biotechnology products for neurological disorders. The procurement will include current Good Manufacturing Practices (cGMP) manufacturing and Good Laboratory Practice (GLP) nonclinical support services. The contractor will be responsible for executing studies, completing study reports, and providing documentation for regulatory filing and evaluation of biological therapeutics in clinical trials. The contract will also require project management support and coordination with federal staff. The manufacturing task area will involve the production of various biologics, including oligonucleotides, viral gene delivery vectors, purified proteins, peptides, antibody-based biologics, cell-based therapeutics, novel genome-editing modalities, and formulations of biological therapeutics. The nonclinical studies task area will include in vitro, in vivo, and ex vivo studies, as well as bioassay development and assay qualification or validation. Offerors must be registered in the System for Award Management (SAM) to be eligible for this procurement. The Request for Proposals (RFP) is anticipated to be issued on SAM.gov on or after March 14, 2024.

    Point(s) of Contact
    Kimberly Espinosa
    kimberly.espinosa@nih.gov
    Files
    Title
    Posted
    Vendors must apply for both Task Area 1 and Task Area 2 in order to be considered. Foreign companies can apply as long as they meet the eligibility requirements and receive clearance from the Department of State before the award of a foreign contract.
    Vendors must apply for both Task Area 1 and Task Area 2. Vendors are encouraged to consider partnering or subcontracting arrangements to complement their internal expertise. All interested vendors are encouraged to apply and review the pre-solicitation notice for more information.
    Vendors must apply for both Task Area 1 and Task Area 2 in order to fulfill the requirements of the statement of work. Companies interested in the solicitation should review the pre-solicitation notice for a description of the requirement and follow the instructions in the solicitation for submission.
    Proposals for the NIH electronic Contract Proposal Submission (eCPS) website must be submitted online and not by fax or email. Offerors should create separate PDF files for the Technical Proposal and Business Proposal, with forms and documents requiring signatures merged into the PDF files. The filenames should include the offeror's name, solicitation number, and type of proposal.
    The HHS Subcontracting Plan Template is used for contracts with an estimated cost exceeding $750,000 ($1,500,000 for construction) and does not apply to small businesses. It provides a format for offerors to submit proposed Individual Subcontracting Plans, which must include the specified percentages for small businesses, small disadvantaged businesses, women-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses. The template also includes requirements for subcontracting program administration, efforts to ensure small business opportunities, flow down clauses, reporting and cooperation, record keeping, assurances of good faith effort, and timely payments to subcontractors.
    This document is a summary of proposed costs for a project management plan and contract kick-off meeting. It includes labor costs, fringe benefits, labor overhead, and other direct costs, as well as general and administrative costs and a fee. The total firm-fixed-price is not specified in the document.
    This Excel file provides instructions on how to use the file for preparing a cost proposal. It includes worksheets for tracking direct labor, indirect rates, materials and supplies, travel costs, and more. The file also includes summary pages that automatically carry forward the totals from each cost element page.
    This document provides instructions on how to use an Excel file for preparing a cost proposal. It also includes tables and information on different cost elements such as direct labor, fringe benefits, indirect rates, materials and supplies, and travel costs. The document emphasizes the importance of providing accurate and supporting documentation for each cost element.
    The offeror is requested to provide the points of contact for the business representative and the proposed principal investigator, including their names, titles, addresses, and contact information. It is emphasized that the actual street address should be provided, not a P.O. Box, to ensure efficient communication.
    The document provides information about wage determinations under the Service Contract Act, specifying the minimum wage rates for different occupations in various areas and states. It also mentions that the applicable minimum wage rate will be adjusted annually.
    The document contains a message asking the viewer to wait and check their PDF viewer if the proper contents of the document are not displayed. It provides links to upgrade Adobe Reader and get assistance with using Adobe Reader. It also mentions the trademarks of Windows, Mac, and Linux.
    For NIH cost-reimbursement type contracts, payment requests should be submitted on the contractor's self-generated form or Standard Form 1034. Payment requests should not be submitted more frequently than once every two weeks, unless the contractor is a small business. Costs claimed in the invoice should be within the contract performance period or covered by precontract cost provisions.
    Payment requests for NIH fixed-price contracts should be submitted on the Standard Form 1034 or a self-generated form that includes all necessary information. The payment requests should be submitted upon delivery and acceptance of goods or services, and in United States dollars. The payment requests should include the designated billing office, contractor's information, invoice/voucher number, date prepared, contract and order numbers, contract title, current contract period, total fixed-price of the contract, two-way or three-way match information, office of acquisitions name, central point of distribution, billing period, description of supplies or services, amount billed for the current period and cumulative amount billed, freight or delivery charges, and government property information if applicable.
    This document is a response form for a Request for Proposal (RFP) titled "Manufacturing and Nonclinical Studies Support for Development of Therapeutic Biotechnology Products (Biologics) for Neurological-related Disorders." The form asks the recipient to indicate their intention to respond to the RFP and provide contact information if they choose not to respond. The expression of intent is not binding.
    The NINDS has approved the use of the Determination of Exceptional Circumstances form for this acquisition. The form includes HHSAR Clauses 352.227-11 and 352.227-14, which will be incorporated into any resultant contract(s) for this solicitation. Prospective offerors must certify and agree to abide by these clauses.
    This document is a sample task order statement of work for a project involving the development of therapeutic biotechnology products. It includes details about the pricing, project management plan, contract kick-off meeting, reporting requirements, delivery period, contract administration, and key personnel. There are no additional special contract requirements or attachments.
    This Task Order (TO) is for the manufacturing and development of adeno-associated virus (AAV9)-based gene therapy product to treat ultra-rare neurological disorders. The Base Task involves delivering preclinical Good Laboratory Practice (GLP) lots for regulatory filings, while the Optional Task involves delivering clinical current Good Manufacturing Practices (cGMP) lots to support clinical trials. The Contractor is responsible for technology transfer, manufacturing, process development, analytics, and reporting, among other activities.
    The objective of this Task Order is for the Contractor and/or Subcontractor(s) to conduct all technology transfer, chemistry, manufacturing, and controls (CMC) development and manufacturing tasks required to support non-clinical down-selection and optimization studies, IND-enabling nonclinical studies, and clinical trial study evaluation for a synthetic antisense oligonucleotide (ASO) therapeutic. The Base Task includes delivering preclinical Good Laboratory Practice (GLP) lots and associated data packages, while the Optional Task includes delivering a clinical current good manufacturing practices (cGMP) lot of a single ASO lead therapeutic candidate and associated data packages. Manufacturing services for both tasks include process development, manufacturing at various scales, fill-finish, release testing, and documentation.
    This task order involves conducting pharmacokinetics and toxicology studies for neurological therapeutics in rodents, dogs, and non-human primates. The studies include single and multiple dose PK studies, tissue distribution studies, and GLP toxicology studies. The Contractor is responsible for developing study protocols, conducting the studies, and submitting comprehensive study reports.
    This document outlines the Statement of Work (SOW) for a government contract that involves manufacturing and nonclinical studies support for the development of therapeutic biotechnology products for neurological disorders. The contract supports various NIH drug development programs, such as the Blueprint Neurotherapeutics Network Biologics program and the Ultra-Rare Gene Therapy program. The Contractor will be responsible for providing manufacturing support, including scale-up, fill/finish, and packaging, as well as conducting nonclinical studies for IND-enabling toxicology and efficacy testing.
    This document outlines the annual representations and certifications that offerors must complete and include as part of their Business Proposal. It provides a list of specific provisions and certifications that may apply to the solicitation, and states that the offeror must verify that their representations and certifications in the System for Award Management (SAM) are current and accurate. Any changes provided by the offeror are applicable to this solicitation only and do not update the representations and certifications posted on SAM.
    This document provides a table summarizing the labor and direct costs for each year of a project. The table includes information on labor categories, hours, and costs for direct labor, materials, travel, and other expenses. The document specifies that individual salary information, indirect costs or fee, and the total amount of the proposal should not be included.
    The offeror must provide information about the total amount and level of effort committed in presently active federal contracts, cooperative agreements, grants, and commercial agreements for the key individuals involved in the project. They should also provide the total number of outstanding proposals that will commit effort by these individuals. Additionally, the offeror should state the level of effort to be dedicated to any resultant contract awarded to their organization for the proposed individuals.
    This document provides a worksheet for offerors to prepare the Vertebrate Animals Section (VAS) of their contract proposals for submission to the NIH. It outlines the requirements for the VAS, offeror responsibilities, reviewer responsibilities, and instructions for addressing the criteria. It also includes a checklist for performance sites and detailed information on the description of procedures, justifications, minimization of pain and distress, and euthanasia.
    The offeror must submit a proposal that demonstrates their capability to perform manufacturing and nonclinical testing activities outlined in the Statement of Work (SOW). The proposal must include cost estimates for each type of manufacturing activity and nonclinical study. Additionally, the offeror must address their ability to manage the total number of activities and studies in their technical proposal.
    This document appears to be a proposal summary and data record for a project under the Department of Health and Human Services, specifically the National Institutes of Health. It includes information such as the type of contract proposed, estimated time and costs, place of performance, starting date, and whether there is a subcontract involved. It also asks about experiments with human subjects and includes relevant approvals and protocols.
    The National Institute of Neurological Disorders and Stroke (NINDS) is seeking proposals for manufacturing and nonclinical studies support for the development of therapeutic biotechnology products for neurological-related disorders. The resulting contracts are anticipated to be multiple-award indefinite-delivery, indefinite-quantity (IDIQ) contracts with a minimum value of $1,000 and a maximum value of $149,200,000. All proposals must be submitted electronically via the eCPS website and be in compliance with the System for Award Management (SAM) requirement.
    This document is a contract solicitation from the National Institute on Drug Abuse for manufacturing and nonclinical support services for the development of therapeutic biotechnology products. The contract will be awarded to multiple contractors under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contract will have an ordering period through September 29, 2030, and the total contract value will be between $1,000 and $149,200,000.
    Similar Opportunities
    American Sign Language Interpreting and CART Accommodation Services with Captioning and Other Accessibility Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for American Sign Language Interpreting and CART Accommodation Services, along with Captioning and other Accessibility Services. The primary objective is to provide essential communication services for deaf and hard of hearing researchers and patients involved in clinical trials and ongoing research projects, ensuring accessibility during critical healthcare interactions and events. This contract will be awarded as a single Indefinite-Delivery Indefinite Quantity, Performance-Based type contract, with a base period from September 1, 2025, to August 31, 2026, and four optional one-year extensions. Interested small business vendors are encouraged to monitor www.SAM.gov for the anticipated Request for Proposal release in March 2025, with proposals due around April 2025. For further inquiries, contact Sheryn Noel at noels@mail.nih.gov or call 301-594-3560.
    Solicitation HT942525R0037 - Human Subjects Protection Personnel Mgmt and Support Services - USAMRDC OHARO
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals for Human Subjects Protection Personnel Management and Support Services under Solicitation HT942525R0037. The objective is to secure comprehensive personnel management and support tailored to Human Subjects Protection protocols, ensuring compliance with regulations and facilitating operational transitions for related services. This initiative is critical for enhancing research safety and ethics surrounding human subjects in studies and trials across various governmental contexts. Interested contractors should contact Alana M. Sowers at alana.m.sowers.civ@health.mil, with proposals due by March 26, 2025, as outlined in the solicitation documents.
    Piflufolastat F-18 injection drugs (Pylarify) from Sofie Co. (Notice of Intent to sole source)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Sofie Co. for the procurement of Piflufolastat F-18 injection drugs (Pylarify) essential for clinical nuclear medicine procedures at the NIH Clinical Center. The requirement includes 50 patient-ready unit doses of Piflufolastat F-18 and associated fees for unused doses, as these radiopharmaceuticals are critical for diagnosing and treating diseases in patients, adhering to strict FDA and NRC regulations. The contract period is set from March 14, 2025, to March 13, 2026, and interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 11:00 AM EST on March 14, 2025, for consideration.
    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.
    Rizatriptan Benzoate
    Buyer not available
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Rizatriptan Benzoate tablets. The contract will establish a national supply source to provide the items listed in the schedule for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. The solicitation will be posted on the DLA Bid Board System and SAM.gov. Interested parties should contact Keith Ryales for any questions/comments. The projected solicitation date is June 2022.
    Sources Sought Notice - OMNIBUS IV Small Business On-Ramp
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), is issuing a Sources Sought Notice (SSN) for the OMNIBUS IV Small Business On-Ramp, aimed at identifying small businesses interested in participating in the Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for military medical research and development services. This initiative seeks to engage small businesses across various socioeconomic categories, including 8(a), HUBZone, Women-Owned, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned, particularly those not currently holding OMNIBUS awards, to enhance the military's health readiness and resilience through innovative research efforts. Interested vendors are encouraged to submit tailored capability statements detailing their relevant experience and interests, as the cumulative ceiling for these contracts is set at $10 billion, with numerous task orders already issued. For further inquiries, interested parties can contact the OMNIBUS IV Group at dha.ncr.cod-fc.mbx.dha-acq-omnibus-iv@health.mil.
    Dimethyl Fumarate DR Presolicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    75N93025R00013 - Medical Residents for NIH's Clinical Center
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, structured as a Multiple Award Indefinite Quantity contract, aims to enhance clinical care for adult and pediatric inpatients involved in NIH research, requiring contractors to supply up to four postgraduate medical residents daily for a minimum of 80 hours per week. Proposals must be submitted by April 14, 2025, with a total funding range between $2,000 and $7,500,000 over the performance period from May 31, 2025, to May 30, 2030. Interested parties should direct inquiries to Sevag Kasparian or Maya Joseph via their provided emails for further clarification on the solicitation documents.
    DNA Extractor
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of a DNA Extractor, specifically the Promega DNA Extractor or an equivalent model. This acquisition aims to enhance laboratory capabilities for research on neurodegenerative diseases, particularly by automating the purification of nucleic acids from various biological samples, which is critical for advancing scientific research in this field. Interested vendors must submit their quotations by March 24, 2025, at 12:00 PM Eastern Time, and should direct their proposals to Andrea Clay at amcgee@nida.nih.gov. The anticipated delivery date for the equipment is 30 days after receipt of the order, with the contract expected to be awarded as a firm fixed-price purchase order.
    BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
    Buyer not available
    Special Notice DEPT OF DEFENSE is seeking proposals for extramural biomedical research and development. This opportunity is issued by the DEFENSE HEALTH AGENCY (DHA) under the BROAD AGENCY ANNOUNCEMENT (BAA) HT9425-23-S-SOC1. The purpose of this BAA is to solicit research and development ideas to advance the state-of-the-art or increase knowledge in the field. The projects funded under this BAA should focus on basic and applied research rather than the development of specific systems or hardware solutions. The research and development funding is expected to benefit both military and civilian medical practice and knowledge. Interested parties must submit a pre-proposal through the electronic Biomedical Research Application Portal (eBRAP). If selected, the offeror will be invited to submit a full proposal or application through Grants.gov. The BAA is open for a 5-year period, from August 1, 2023, to July 31, 2028. The BAA with revised research areas of interest and General Submission Instructions can be found on Grants.gov using opportunity number HT9425-23-S-SOC1.