SOURCES SOUGHT: Toxicology Research and Development for NCATS

This is a Research and Development (R & D) Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential R & D requirement.

This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.  It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.  Responses will not be considered as proposals or quotes.  No award will be made as a result of this notice.  The Government will NOT be responsible for any costs incurred by the respondents to this notice.  This notice is strictly for research and information purposes only.

Background: 
The Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) conducts translational research on human therapeutics development by moving small molecule and biologic drug candidates forward in the drug development pipeline. Upon reaching predetermined milestones,  DPI hands off clinical candidates to external partners to bring these novel therapies to patients. In addition to developing new candidate drugs, DPI seeks to advance the entire field of drug discovery and development by encouraging scientific and technological innovations aimed at improving success rates in the crucial preclinical stage of drug development.

DPI’s model is to operate as a comprehensive small molecule and biologic drug development organization, moving therapeutic candidates through each phase of the preclinical development process until an Investigational New Drug (IND) application is filed with the US Food and Drug Administration (FDA). For certain drug development campaigns, DPI will support studies up to human Phase IIb. DPI conducts drug development through collaborations, with therapeutic candidates originating from academia, industry, non-profit foundations, or internally from NCATS and other NIH institutes. DPI’s operational strategy is to combine the capabilities of  in-house staff and collaborative partners, who may be the drug originators, with complementary support from contract research organizations (CROs).
Purpose and Objectives:
Safety assessment of the therapeutics and diagnostics is an important component of the drug and device discovery and development efforts in DPI. These assessments play a pivotal role in determining and evaluating therapeutic targets; selecting and optimizing therapeutic lead candidates; and establishing first in human starting doses, dose limiting toxicities, safety/pharmacodynamic biomarkers and therapeutic indexes.

To support safety assessments, DPI intends to award multiple contracts for the conduct of in vitro and in vivo exploratory and IND-directed toxicology studies. Contractors will be required to perform in vitro and in vivo safety studies for small and large molecules to support the submission of regulatory filings to the US Food and Drug Administration (FDA) or other regulatory bodies, such as Investigational New Drug (IND) applications, New Drug Applications (NDA) and Biologics License Applications (BLA). In addition, in vitro tests and in vivo exploratory studies will be carried out to aid therapeutic target evaluation, lead optimization, and compound selection processes on a case-by-case basis. Therapeutic modalities may include new and repurposed chemical entities and biological products (e.g., monoclonal antibodies, enzymes, gene vectors, etc.).

Project requirements:

  1. Exploratory and Genetic Toxicology        
    1. In vitro toxicity testing (GLP and non-GLP) including but not limited to: mitochondrial toxicity, phospholipidosis and steatosis assay, hemolysis assay, lysosomal trapping assay (to assess the test article effect of lysosomotropism), membrane integrity assay, oxidative stress assay, apoptosis assay, hERG assay, Ames assay, mouse lymphoma assay, chromosome aberration assay;
    2. In vivo assays, including micronucleus assay and single cell gel electrophoresis (Comet Assay) in relevant species; and
    3. In vivo animal dosing studies, formulation and biological fluid analysis, clinical observations, clinical pathology, and histopathology evaluations in relevant species.
  2. In Vivo Toxicity and Pharmacology Testing
    1. In vivo toxicology studies (GLP and non-GLP) and or pharmacology studies in relevant species with datasets adhering to the Clinical Data Interchange Standards Consortium (CDISC) Standard for the Exchange of Nonclinical Data (SEND) guidelines;
    2. In vivo general toxicology and safety pharmacology studies via multiple routes of administration in support of IND/NDA/BLA-enabling toxicology packages including but not limited to:
      1. Non-GLP range finding studies;
      2. Formulation and biological fluid method development, validation, and analysis and defining pharmacokinetic/pharmacodynamic (PK/PD) relationships;
      3. Evaluating a range of endpoints and biomarkers in response to therapeutic candidates;
      4. GLP studies;
      5. GLP single-dose safety pharmacology studies;
      6. Reproductive toxicology studies; and
      7. Carcinogenesis studies.
    3. In vivo exploratory assays: Non-GLP exploratory toxicology studies in relevant species to aid therapeutic target evaluation, lead optimization, and compound selection. In vivo studies under this technical area will include, but not be limited to, animal dosing, formulation and biological fluid analysis, clinical observations, clinical pathology, and histopathology evaluations.

Contractors shall also perform activities related to the overall administration of the contract including administrative reporting and deliverable requirements. Contractors shall have current certifications for conducting toxicology studies in accordance with appropriate regulatory guidelines and policies. Data and documentation from the above studies shall be prepared in a form acceptable to the Food and Drug administration (FDA) for inclusion in an IND application or New Drug Application and Biologic License Application. Contractors may be required to conduct any of the tests listed above to support the development of a therapeutic agent under development by DPI.

Anticipated period of performance:
The Government anticipates making multiple Indefinite Delivery, Indefinite Quantity (IDIQ) type contract awards with five-year ordering periods each under the future solicitation. Projects will then be performed by contractors under individual task orders awarded under these IDIQ contracts. The Government anticipates awards will be made in the second quarter of FY 2024.

Other important considerations:
The ID/IQ contracts may include a Declaration of Exceptional Circumstances (DEC) to the Federal Acquisition Regulations clauses. The DEC would transfer rights to inventions developed under the contract to the Federal Government and enable contributors of the therapeutic candidates to retain control of intellectual property created under these contracts.

In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.

Capability statement /information sought:
Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

Your response must address the specifics of this requirement and the following:

  • Organizational and staff capability and expertise to perform the work and which resources are available in-house;
  • If significant subcontracting or teaming is expected and how it will be administered and managed;
  • Current certifications for conducting toxicology studies in accordance with appropriate regulatory guidelines and policies;
  • Prior completed projects of similar nature including any government contracts and references;
  • Corporate experience and management capability; and
  • If applicable, any information regarding innovative ideas or concepts.

One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.

The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.  A cover page and an executive summary may be included but is not required.

The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.

All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.  Facsimile responses are NOT accepted.

The response must be submitted to Mark McNally, Contracting Officer, at e-mail address mark.mcnally@nih.gov.

The response must be received by 11:59 AM, Eastern Daylight Time, November 11, 2022.

Disclaimer and Important Notes: 
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality:
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

  • Original Set Aside:
  • Product Service Code: AN11 – Health R&D Services; Health care services; Basic Research
  • NAICS Code: 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance: USA

Full details via beta.sam.gov

Georgia Tech Research Corporation, awarded $22M contract for a research project

Georgia Tech Research Corporation, Atlanta, Georgia, was awarded a $22,704,951 cost-reimbursement contract for a research project under the Signature Management using Operational Knowledge and Environments (SMOKE) program. This 48-month contract includes one option, which if exercised, would bring the cumulative value of the contract to $24,704,951. The SMOKE program will develop data-driven tools to automate the planning and execution of threat-emulated cyber infrastructure needed for network security assessments. Work will be performed in Atlanta, Georgia (95%), and Athens, Georgia (5%), and if all options are exercised, work will be completed by October 2026. Fiscal 2022 research, development, test, and evaluation funds in the amount of $1,115,548 are being obligated at time of award and will not expire at the end of the current fiscal year. This contract was a competitive acquisition under an open broad agency announcement and 26 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0035).

Georgia Tech Research Corporation (Entity# 659082) is a business entity registered with Georgia Secretary of State, Corporations Division. The business start date is April 13, 1937. The entity status is Active/Compliance. (www.opengovus.com

Ball Aerospace & Technologies Corp. awarded $33M contract for Airman readiness medical research

Ball Aerospace & Technologies Corp., Fairborn, Ohio, has been awarded a $33,770,042 cost-plus-fixed-fee contract, for Airman readiness medical research and research for enhancing Airman and cognitive health. This contract provides for research, development, and field-testing related to the optimization of the warfighter cognitive and physiologic performance. Work will be performed in Fairborn, Ohio, and is expected to be completed Aug. 4, 2025. This award is the result of a competitive white paper submitted under the Open-Open Broad Agency Announcement FA8650-20-S-6008. Fiscal 2021 research, development, test and evaluation (RDT&E) funds in the amount of $1,048,981; and fiscal 2022 RDT&E funds in the amount of $1,757,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-C-6441).

Ball Aerospace & Technologies Corp. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GM94J2EL8T19. The business address is 1600 Commerce St, Boulder, CO 80301-2734, USA. The point of contact name is Steve Sarris.(www.opengovus.com

SOURCES SOUGHT: 2-PAM Autoinjectors Sources Sought Notice

The Office of the Biomedical Advanced Research and Development Authority (BARDA), within the Office of the Assistant Secretary for Preparedness and Response (ASPR) at the U.S. Department of Health and Human Services (HHS) intends to use responses to this Sources Sought Notice (SSN) for planning potential future acquisitions. BARDA seeks pertinent marketplace data on availabilities and capabilities for procuring, stockpiling, and investing in the late-stage development of Pralidoxime (2-pyridine aldoxime methyl chloride; 2-PAM) autoinjectors for intramuscular injection. BARDA seeks information on availability, capabilities, and other pertinent marketplace data to support late-stage activities required for Food and Drug Administration (FDA) approval of 2-PAM (600 mg) autoinjectors. This information is intended to strengthen BARDA’s understanding of the current and future marketplace enhance its ability to obtain quality services economically and efficiently, and lawfully establish potential vendor source files and listings. BARDA will not award any contracts under this Notice.

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code: 541714 – Research and Development in Biotechnology (except Nanobiotechnology)
  • Place of Performance: USA
  • Updated Response Date: Feb 07, 2022 04:00 pm EST

Full details via beta.sam.gov


Rand Corporation Awarded $184M for research and analysis support

The RAND Corporation., Santa Monica, California, was awarded a $184,246,908 cost-plus-fixed-fee contract for research and analysis support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 20, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-21-D-0025).

The Rand Corporation is located in Pittsburgh, PA, United States and is part of the Scientific Research and Development Services Industry. It has 4 employees at this location. (Employees figure is modeled). There are 8 companies incorporate family. (www.dnb.com)

ARMY Awards $49.9M Contract To Booz Allen Hamilton Inc

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $49,914,895 cost-plus-fixed-fee contract for the modernization of intelligence, surveillance, and reconnaissance science and technology research and development. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 2, 2023. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-21-D-0001).

Booz Allen Hamilton Inc. provides technology and management consulting services. The Company offers consulting, analytics, digital, engineering, and cyber solutions. Booz Allen Hamilton serves customers worldwide. (www.bloomberg.com)

Improved Bradley Acquisition Subsystem Engineering Services

The U.S. Army Contracting Command, Redstone Arsenal, Alabama is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for engineering services in support of the fielded Improved Bradley Acquisition Subsystem (IBAS) components and support equipment. The anticipated effort is to support production, deployment, sustainment and design maintenance of all IBAS and associated equipment; provide logistics maintenance capability, configuration management, product assurance support, special engineering studies, system engineering, failure analysis, test and evaluation, equipment publications, redesigns due to obsolescence, test evaluation material for repairs, Reset, Preset, Field Service Representative support and depot level contractor repair in support of the IBAS.

Classification

  • Original Set Aside:
  • Product Service Code: R425 – SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Redstone Arsenal , AL 35898 USA

The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size Standard of $41.5M. The anticipated contract period of performance is November 2020 through October 2021.

Submission Instructions: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by 1500 CST on 11 September 2020. All responses to this Sources Sought Notice must be emailed to holly.a.hlavac.civ@mail.mil and dorphelia.b.foster.civ@mail.mil.

Full details via beta.sam.gov


📌Check out our RESOURCES page for a sample letter that we use in response to government market research.

Multiple Lenses Phaco Pack & Intraocular BSS

The Regional Health Contracting Office-Atlantic (for Womack Army Medical Center, Fort Bragg, NC) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in providing Multiple Lenses Phaco Pack and Intraocular BSS.  The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334510.

Classification

  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing
  • Place of Performance: Fort Bragg , NC USA

Submission instructions: Interested parties who consider themselves qualified are invited to submit a response to this Sources Sought Notice by noon, 4 September 2020

FULL details via beta.sam.gov


📌 Check out our RESOURCES page for a sample letter that we use in response to government market research.

USDA Searching For Firms For The Provision of Back Up Generators To Ensure Continued Operation of Equipment Used In Support of NEPSWL Research Activities

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) is searching for firms who can provide back up generator to ensure the continued operation of equipment used in support of New England Plant Soil and Water Laboratory (NEPSWL) research activities during periods of power outages.

As part of its market research, USDA ARS is issuing this Sources Sought to determine if there exist an adequate number of qualified interested contractors capable of providing the requirement. The Government may use the responses to this Sources Sought for information and planning purposes. This Sources Sought is only for the purpose of identifying potential sources as part of USDA ARS market research. No Request For Quote (RFQ) exists; therefore, do not request a copy of the RFQ.

Responses to this Sources Sought are not quotes on which USDA ARS can issue any contract. This Sources Sought is issued for information and planning purposes only and does not itself constitute a RFQ.

Please send responses with the subject heading [1008505 NPGRRL] to Althea Paul email address: [althea.paul@usda.gov]

Responses are due by: August 8, 2020 9:00 a.m

LINK HERE