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

Buyer

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

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
    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.
    Surveys and Cognitive Tasks
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), is seeking a vendor for a non-competitive contract to provide account management, planning, and maintenance for online crowd-sourced surveys and cognitive tasks related to depression and anxiety. The primary objective is to facilitate participation in these surveys for individuals both with and without mental health conditions, thereby supporting research efforts in this critical area. This procurement falls under NAICS code 541910, with a contract period of one year, and is scheduled for award on or around September 23, 2024. Interested parties must submit their capability statements and proposals by September 23, 2024, at 9:00 a.m. Eastern Standard Time, to Robin Knightly at Robin.Knightly@nih.gov.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    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.
    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.
    Downstream Development Biolayer Interferometer Instrument: GatorPivot 16 Channel and Gator Pro 32 Channel Systems- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two Biolayer Interferometer Instruments, namely the GatorPivot 16 Channel and Gator Pro 32 Channel systems, to support monoclonal antibody and vaccine development projects. The instruments are critical for high-throughput quantification of proteins and protein epitopes, essential for vaccine efficacy and regulatory approval processes. Interested vendors must submit their quotes by September 13, 2024, with the expectation of delivery within 90 days post-award, and are encouraged to demonstrate their capability to meet the specified technical requirements. For inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or Linda Smith at linda.smith2@nih.gov.
    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.
    Genomics Sequencing Services for the NIAID Centralized Sequencing Program
    Active
    Health And Human Services, Department Of
    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 seeking quotes for genomics sequencing services to support its Centralized Sequencing Program (CSP). The procurement aims to provide comprehensive whole genome sequencing, including variant interpretation and clinical reports, to enhance clinical research on infectious diseases, with results expected within four weeks of sample receipt. This initiative is critical for advancing the understanding of genetic factors in disease and improving patient care through genomic evaluations. Interested vendors must submit their quotes by 3:00 PM EST on September 13, 2024, to the primary contact, Seth Schaffer, at seth.schaffer@nih.gov, with the solicitation number RFQ-NIAID-24-2224314.
    66--HD-X02 Implants.
    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 the procurement of HD-X02 Implants. This presolicitation opportunity falls under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, and is classified under the PSC code 6640 for Laboratory Equipment and Supplies. The HD-X02 Implants are critical for advancing research and development in the biomedical field, supporting various health initiatives. Interested vendors can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call 301-402-5571 for further details regarding this opportunity.
    Notice of Intent to Use Other than Full and Open Competition
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to award sole source contract modifications to Allucent Government Services and ICON Government and Public Health Solutions, Inc. to support ongoing Phase 2b clinical trials for second generation COVID-19 countermeasures. The modifications will increase the maximum ordering amounts for both contracts by $150 million, raising the total from $400 million to $550 million, in response to FDA changes regarding the updated vaccine formula and the inclusion of a safety lead-in cohort. This procurement is critical for advancing public health initiatives related to COVID-19, with the notice open for responses until September 9, 2024, at 4:00 PM Eastern Standard Time. Interested parties can contact Ely Shannon at ely.shannon@hhs.gov or call 202-579-5891 for further information.
    R--Clinical Support Services for NINDS, Stroke Branch
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for Clinical Support Services for the Stroke Branch of the National Institute of Neurological Disorders and Stroke (NINDS). The objective is to secure clinical support from an acute care hospital located within 15 miles of NIH, focusing on the evaluation and treatment of patients suffering from acute strokes and traumatic brain injuries, utilizing advanced MRI technology. This initiative is crucial for advancing research efforts in stroke therapy and ensuring compliance with ethical standards for human subject protections. Interested offerors must submit their proposals electronically via the NIH eCPS platform by September 9, 2024, and can direct inquiries to Marlene E. Milgram at MILGRAMM2@NIDA.NIH.GOV or by phone at +1 301 594 0864.