Request for Proposals (RFP): Nonhuman Primate Core Cellular Immunology Laboratory for Aids Vaccine Research And Development, NIAID-DAIDS-NIHAI2016060

Notice Number: NOT-AI-16-049

Key Dates
Release Date: April 5, 2016

Related Announcements
None

Issued by
National Institute of Allergy and Infectious Diseases (NIAID)

Purpose

The National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH), of the Department of Health and Human Services (DHHS) supports research related to the basic understanding of microbiology and immunology leading to the development of vaccines, therapeutics, and medical diagnostics for the prevention, treatment, and diagnosis of infectious and immune-mediated diseases. The NIAID, Division of AIDS has a requirement for the operation of the Nonhuman Primate Core Cellular Immunology Laboratory for AIDS Vaccine Research and Development. The current Nonhuman Primate Core Cellular Immunology Laboratory for AIDS Vaccine Research and Development contract (HHSN272201000028C) is held by Beth Israel Deaconess Hospital.

The purpose of the proposed contract will be to support the development, conduct, and improvement of assays designed to evaluate and characterize the cellular immune responses of nonhuman primates that have been immunized with candidate HIV or SIV vaccines or infected with SIV, SHIV, or HIV in studies conducted at the NIAID SVEU contract sites or by NIH-supported investigators.

The Contractor shall conduct, develop, acquire, improve, and implement assays to evaluate and characterize the cellular immune responses of nonhuman primates (NHPs) that have been immunized with candidate HIV or SIV vaccines or infected with SIV, SHIV, or HIV in studies conducted by the NIAID Simian Vaccine Evaluation Units (SVEUs) or by investigators supported by or collaborating with NIH. Specifically, the Contractor shall:

  • perform immunological analyses;
  • receive, store, catalog, track, and maintain an inventory of the specimens for evaluation;
  • manage and report study data;
  • perform project management activities related to contract activities;
  • conduct initial and final transition activities, as needed; and
  • perform option work described below, if required.

The Contractor shall use state-of-the-art technologies, including ELISPOT, intracellular cytokine staining (ICS), flow cytometry, tetramer, and other assays to accomplish the technical objectives, and shall incorporate new and optimized technologies for assay development into contract activities when appropriate. Assays shall incorporate appropriate positive and negative controls to define background and dynamic range, and shall demonstrate reproducibility and consistency. The Contractor shall use GLP processes to conduct assays when directed by the Government.


Anticipated Period of Performance

It is anticipated that one (1) cost reimbursement, level-of-effort (term) type contract will be awarded. The period of performance will be for one (1) year (Base Period) plus six (6) one year options (terms that may be exercised by the Government unilaterally), for a total possible performance period of 7 years, beginning on or about June 1, 2017. The performance requirement will be for the delivery of 6.0 full time equivalents (FTEs) per year for the base period (Year 1) and option periods (Year 2 through Year 7). Please note that the number of FTEs is inclusive of subcontractor and consultant effort.

In addition, the Government may exercise options to accommodate unanticipated significant increases in demand as follows:

  • Options 7 through 20: Increased Level of Effort: The Government may exercise options for increased level of effort that may result from unanticipated increases in demand. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by1.0 Full Time Equivalents (FTEs) for each option exercised. These options may be exercised twice per year during Years 1 through 7. Please note that the number of FTEs is inclusive of subcontractor and consultant effort. The period of performance of an Option for Increased Level of Effort will not exceed the term of the Option year in which the Option is exercised.
  • Options 21 through 27: Increased Level of Effort: The Government may exercise options for increased level of effort that may result from unanticipated increases in demand. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by 0.5 FTE for each option exercised. It is anticipated that only one option will be exercised per performance year. Please note that the number of FTEs is inclusive of subcontractor and consultant effort. The period of performance of an Option for Increased Level of Effort will not exceed the term of the Option year in which the Option is exercised.
  • Options 28 through 34: Increased Level of Effort: The Government may exercise options for increased level of effort that may result from unanticipated increases in demand for the conduct of cellular immunology assays. Should the Government elect to exercise these options, the Contractor shall provide resources for the unanticipated increase in work volume by 0.25 FTE for each option exercised. It is anticipated that only one option will be exercised per performance year. Please note that the number of FTEs is inclusive of subcontractor and consultant effort. The period of performance of an Option for Increased Level of Effort will not exceed the term of the Option year in which the Option is exercised.

Any responsible offeror may submit a proposal which will be considered by the Agency. This RFP will be available electronically on/about April 15, 2016, and may be accessed through FedBizOpps http://www.fedbizopps.gov/. This notice does not commit the Government to award a contract. No collect calls will be accepted. No facsimile transmissions will be accepted.

For this solicitation, the NIAID requires proposals to be submitted via two methods: (1) Disc (CD or DVD) and (2) Online via the NIAID electronic Contract Proposal Submission (eCPS) website. The content of the disc and online proposals must be identical. Submission of proposals by facsimile or e-mail is not acceptable.

For directions on using eCPS, go to the website https://ecps.niaid.nih.gov and then click on "How to Submit."

Inquiries

Please direct all inquiries to:

Callie Durand
Contract Specialist
National Institute of Allergy & Infectious Diseases (NIAID)
Telephone: 240-669-5155
Email: callie.durand@nih.gov

Michelle L. Scala
Contracting Officer
National Institute of Allergy & Infectious Diseases (NIAID)
Telephone: 240-669-5156
Email: mscala@niaid.nih.gov