Riverside Research Institute awarded $49M contract for the (MESA) II research and development effort

Riverside Research Institute, Arlington, Virginia, has been awarded a $49,468,966 cost-plus-fixed-fee contract for the Microelectronics and Embedded System Assurance (MESA) II research and development effort. Work will be performed at Wright-Patterson Air Force Base, Ohio; and Arlington, Virginia, and is expected to be completed by Jan. 14, 2028. Fiscal 2022 research and development funds in the amount of $650,941 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-23-C-1001).

Riverside Research Institute is an entity registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity number is #HRH1XLHY1XJ3. The business address is 2900 Crystal Dr Fl 8, Arlington, VA 22202-3556, USA. The point of contact name is Jordon Pfannenbecker. (www.opengovus.com

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

PC Krause and Associates Inc. awarded $19M contract for research and development for the Aircraft Modeling, Simulation & Analysis and Digital Engineering program

PC Krause and Associates Inc., West Lafayette, Indiana, has been awarded a $19,952,469 cost-plus-fixed-fee contract for research and development for the Aircraft Modeling, Simulation & Analysis and Digital Engineering (AAMSADE) program. This will include integrated subsystem performance and the impact on the overall vehicle optimization and modeling performance improvements applied to power, thermal, actuation, propulsion and control/autonomy subsystems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 14, 2027. This award is a Small Business Innovation Research (SBIR) III contract as a result of a continuing effort from a SBIR II and SBIR III. Fiscal 2021 research, development, technology and evaluation funds (RDT&E) in the amount of $56,523; and fiscal 2022 RDT&E funds in the amount of $630,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-22-C-260).

Pc Krause and Associates, Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #SJR4NTU7XBE4. The business address is 3000 Kent Ave Ste 1701, West Lafayette, IN 47906-1169, USA. The point of contact name is Eric Walters. (www.opengovus.com

Highbury Defense Group Inc. awarded $17M contract for analysis and test engineering services

Highbury Defense Group Inc., San Diego, California, is awarded a $17,188,575 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-18-D-0390 for analysis and test engineering services. These services will provide research, development, test and evaluation services for command, control, communications, computers, cyber and intelligence, surveillance and reconnaissance systems and combat direction systems. Work will be performed in San Diego, California (100%), and is expected to be complete by September 2023. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital (Navy) funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Highbury Defense Group is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #KQ7NL4AZD7E7. The business address is 2725 Congress St, Ste 1m, San Diego, CA 92110-2766, USA. The point of contact name is Nic Merrin. (www.opengovus.com

ARMY Awards $93.2M To General Atomics Aeronautical Systems Inc. For Research and Development

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $93,293,554 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for research, development, test, and evaluation of artificial intelligence for the smart sensor prototype unmanned aerial platform. Bids were solicited via the internet with 999 received. Work will be performed in Poway, California, with an estimated completion date of March 2, 2023. Fiscal 2021 research, development, test, and evaluation (Army) funds in the amount of $13,000,000 were obligated at the time of the award. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-21-C-0001).

General Atomics Aeronautical Systems, Inc. provides aircraft parts. The Company manufactures remotely piloted aircraft systems, radars, electro-optic, and related mission systems, as well as offers training and support services. General Atomics Aeronautical Systems serves clients in the United States. (www.bloomberg.com)

NAVY Awards Applied Physics Laboratory $101.3M IDIQ Contract For Research and Development Programs

Applied Physics Laboratory, University of Washington, Seattle, Washington, is awarded a $101,353,724 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense (DOD) within its approved core competency areas including (1) experimental oceanography; (2) acoustic propagation; (3) underwater instrumentation and equipment; (4) marine corrosion; (5) acoustic and related systems; (6) simulations and signal processing; and (7) mission-related and public service-oriented research and development. This contract includes options which, if exercised, would bring the cumulative value of this contract to $218,818,971. Work will be performed in Seattle, Washington, and is expected to be completed by October 2025. If all options are exercised, work will continue through October 2030. No funds will be obligated at contract award. Funds of multiple different appropriation types and years from program offices and agencies throughout the DOD may be obligated on individual task orders for efforts that fall within the core competency areas. This sole-source award was made pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulations 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services. The capabilities developed and provided by Applied Physics Laboratory, University of Washington, within the DOD approved core competencies are determined to be essential to support a variety of DOD programs managed by different technical sponsor organizations. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-D-6400).

Today’s APL-UW offers unique expertise and continuing leadership in six core areas: Acoustic and Remote Sensing, Ocean Physics and Engineering, Medical and Industrial Ultrasound, Polar Science and Logistics, Environmental and Information Systems, and Electronic and Photonic Systems. The Laboratory can respond successfully to short- and long-term needs for both national defense and non-defense research.  (www.apl.uw.edu)