RFP ANNOUNCEMENT: IN VITRO AND ANIMAL MODELS FOR EMERGING DISEASES AND
BIODEFENSE - NIH-NIAID-RFP-DMID-03-39
Release Date: October 1, 2002
NOTICE: NOT-AI-02-056
National Institute of Allergy and Infectious Diseases (NIAID)
(http://www.niaid.nih.gov)
Receipt Date: January 30, 2003
DESCRIPTION
The National Institute of Allergy and Infectious Diseases intends this
contract to provide targeted screening to identify potential therapeutic and
preventive modalities, as well as resources to characterize additional
antimicrobial activities of already licensed antimicrobial agents, small
animal and non-human primate models to test the safety and efficacy of
therapeutic and preventive modalities that target emerging infectious agents
including, Bioterrorism Category A-C agents as outlined in the CDC website
http://www.bt.cdc.gov/Agent/Agentlist.asp. A list of priority organisms is
also available on the NIAID website
http://www2.niaid.nih.gov/Biodefense/bandc_priority.htm.
The objective of this contract is to provide a range of developmental
resources to bring new therapies and preventive measures from the laboratory
to initial clinical testing in humans. The contract consists of six parts,
listed below, which each contribute to the overall development effort. These
contracts will provide a ready capacity in a number of needed areas and will
be utilized as products become available for testing. Test articles that are
found to have activity in Part A may progress through development using
contractors from other parts. For Parts C, D, E and F, various vaccine
concepts may be tested based on the following categories: (a) synthetic
peptides, (b) recombinant subunits, (c) vector based vaccines, (d) virus-like
particles/replicons, or (e) nucleic acid based vaccines. The contract will
have six (6) parts.
Part A: In Vitro Screens for Antimicrobial Activity. Part A will provide the
capacity to screen test articles for antimicrobial activity against emerging
infectious agents including, Bioterrorism Category A-C agents. Materials for
testing will be obtained by NIAID and provided to the contractor for testing.
This contract is not intended to cover antiviral screening against viral
hemorrhagic fevers or poxviruses, which is covered by a separate contract.
Part B: Clinical Isolate Panels for Selected Bacterial Pathogens. Part B
will provide the capacity to perform antimicrobial activity determination
against clinical panels of bacterial pathogens to arrive at tentative
susceptibility breakpoints. This activity is to be performed using bacterial
pathogens classified as emerging infectious agents, including Bioterrorism
Category A-C agents. Antimicrobial agents to be tested under this contract
will be selected on the basis of their activity against select genera and
species of bacterial pathogens using reference strains.
Part C: Small Animal Models for Selected Pathogens, including GLP Studies.
Part C will support the development, validation and use of various small
animal models to screen new therapeutic, diagnostic and preventive agents or
test the efficacy of therapeutics, immunotherapies, diagnostics, and vaccines
with activity against emerging infectious agents including, Bioterrorism
Category A-C agents.
Part D: Non-human Primate Models for Selected Pathogens, including GLP
Studies. Part D will support the development, validation and use of various
non-human primate models to screen new therapeutic, diagnostic and preventive
agents or test the efficacy of therapeutics, immunotherapies, diagnostics,
and vaccines with activity against emerging infectious agents including,
Bioterrorism Category A-C agents.
Part E: Safety and Immunogenicity Testing for Vaccines. Part E will support
the testing of vaccine preparations as required prior to initial clinical
evaluation (under GLP). This includes testing candidate products for safety
and immunogenicity (both cellular and humoral) in small animals and, if
appropriate, in non-human primates.
Part F: Safety/Toxicology and Pharmacology Testing for Therapeutics. Part F
will support the testing of candidate products for safety, including
reproductive toxicology and other appropriate tests, in small and large
animal, and if necessary, in non-human primates. This activity includes all
such tests as are required to support clinical use in humans; testing must be
sufficient to meet requirements for IND filing (GLP).
It is anticipated that multiple awards will be made for each part of this
Indefinite Delivery Indefinite Quantity (IDIQ) solicitation. The ordering
period of this IDIQ will be in effect for seven (7) years. An IDIQ contract
provides for an indefinite quantity, within stated limits, of supplies or
services to be furnished during a fixed period, with deliveries or
performance to be scheduled by the Government placing orders with the
contractor. Task orders will be issued to the pre-qualified pool of
contractors for parts A, B, C, D, E or F based on the specific requirements
of the task order. The RFP contains at least one actual task for each of
these six parts. In response to this RFP, potential Offerors may submit
proposals for one or more of the six Parts described above. For Parts A and
B, Offerors should propose as many organisms or groups of organisms as
possible. Within Parts C, and D Offerors may submit proposals for one or
more of the models using the same organisms/disease or models for more than
one organism/disease. Offerors for Parts E and F should propose a
comprehensive services to cover all aspects of the Statement of Work.
Proposals will undergo peer review based on the evaluation criteria and
awards will be made to the most qualified proposals. Each Offeror awarded a
contract under a given Part or Category, will receive a guaranteed minimum
dollar award over the term of the Contract. The following scale will
determine the guaranteed minimum dollar awards for each part:
Part A $ 75,000
Part B $ 75,000
Part C $100,000
Part D $150,000
Part E $100,000
Part F $100,000
NIAID anticipates award of one IDIQ contract beginning approximately
September 30, 2003.
RFP NIH-NIAID-DMID-03-39 will be available electronically on or about
September 30, 2002, and may be accessed through the NIAID Contract Management
Branch (CMB) Home page at http://www.niaid.nih.gov/cgi-shl/cmb/rfps.cfm and
will be posted on FedBizOpps at http://www.fedbizopps.gov/. Please note
that the RFP for this acquisition will only includes the work statement,
deliverable and reporting requirements, special requirements, the technical
evaluation criteria, and the proposal preparation instructions. All
information required for the submission of an offer will be contained in the
electronic RFP package. Following proposal submission and the initial review
process, Offerors comprising the competitive range will be asked to provide
additional documentation to the Contracting Officer. Responses to this RFP
will be due approximately January 30, 2003. Any responsible Offeror may
submit a proposal, which will be considered by the Government. This
advertisement does not commit the Government to award a contract. No collect
calls will be accepted. No facsimile transmissions will be accepted.
Contracting Office Address:
National Institutes of Health
National Institutes of Allergy and Infectious Diseases
Contract Management Branch
6700-B Rockledge Drive
Room 2230, MSC 7612
Bethesda, MD, 20892-7612
Point of Contact:
Paul McFarlane, Contracting Officer, Phone 301-496-0349, Fax 301-402-0972,
Email [email protected]
Weekly TOC for this Announcement
NIH Funding Opportunities and Notices
|
| ||||||
|
|
Department of Health and Human Services (HHS) |
|
||||
|
NIH... Turning Discovery Into Health® |
||||||