Request for Proposal No.: |
NIH-NIAID-DAIDS-00-14 |
OMB #: |
0990-0115 |
Issue Date: |
Friday, April 9, 1999 |
Issued By: |
Paul D. McFarlane, NIAID, NIH |
Point of Contact: |
Jacqueline C. Holden, Contracting Officer |
Purchase Authority: |
Public Law 92-218 as amended |
Small Business Set-Aside: |
Yes, SIC Code 8731 |
Just In Time: |
No |
Offer Expiration Date: |
Offers will be valid for 120 days unless a different period is specified by the Offeror on the form entitled "Proposal Summary and Data Record, NIH 2043". |
Proposal Due Date: |
Friday, June 11, 1999, 4:00 P.M EST |
Ladies and Gentlemen:
You are invited to submit a proposal in accordance with the requirements of this RFP (NIH-NIAID-DAIDS-00-14) entitled "Resynthesis of Therapeutic Agents for Treatment of Infectious Diseases" The Government anticipates that one (1) cost reimbursement, completion type contract will be awarded for a period of seven (7) years as a result of this RFP.
This RFP will utilize the National Institute of Allergy and Infectious Diseases' (NIAID) Contract Review On-line (CRON) system. Offerors must submit their proposals ELECTRONICALLY. In addition to your electronic submission, Offerors must submit the signed originals of their technical and business proposals along with one (1) full duplicate copy of each, both in HARDCOPY.
Note: If applicable, provide ten (10) paper copies of any SOPs, other pertinent manuals, non-scannable figures or data, letters of collaboration/intent, etc. (See Attachment F for details.)
NIAID'S CRON system is expected to save the paper and postage costs which the mailing of multiple copies of a standard RFP proposal imposes on the offeror. This approach will also allow us to conduct a technical review based on electronic availability of proposals which will save money that would otherwise be spent shipping proposals out to reviewers and for travel and per diem to bring in reviewers for the Technical Review meetings. We hope this will prove to be convenient to offerors, technical reviewers and the Government. Adequate security for electronic transmission will be provided by using a dedicated server with access restricted through passwords.
You must submit your electronic proposal (via the Internet) and the signed hardcopies (to the address listed in Attachment F), for receipt no later than Friday, June 11, 1999 at 4:00 p.m. local time.
Please note that the electronic copy of your proposal will need to be submitted in Adobe Acrobat portable document format (PDF). An official authorized to bind your organization must sign the hardcopy of your proposal.
Be advised that this RFP has placed page limits on the narrative portion of the Technical Proposal. Pages in excess of the maximum will be deleted and will not be read or evaluated. See Attachment F for complete details on page limitations, proposal format and instructions on how to prepare and submit a proposal.
The documents included with this electronic RFP package are as follows:
Attachments:
In addition to the information provided in this document (i.e., The Streamlined RFP), there are five (5) other referenced documents in the Streamlined RFP References that must be retrieved, in whole or in part, in order to submit a proposal. The applicable portions of these referenced documents are explained in Attachment E, Applicable RFP References of this RFP.
If you are unable to download any of the applicable documents, please contact Jacqueline C. Holden, Contracting Officer, by phone, fax or e-mail numbers/address listed below.
Your attention is further directed to the "Proposal Intent Response Sheet" contained in Attachment D of this document. Please complete this form and return it to this office via fax or E-mail on or before Friday, May 7, 1999. This will allow us to expedite preparations for the electronic submission and review of proposals.
IF YOU INTEND TO SUBMIT A PROPOSAL, IT IS ESSENTIAL THAT YOU SUBMIT THE PROPOSAL INTENT FORM. IF YOU FAIL TO SUBMIT THE FORM, YOU WILL NOT RECEIVE ANY NOTIFICATION OF AMENDMENTS ISSUED TO THE RFP (HOWEVER, ALL AMENDMENTS WILL BE POSTED ON THE NIAID CONTRACTS MANAGEMENT HOME PAGE) AND YOU WILL NOT RECEIVE ADDITIONAL INSTRUCTIONS NECESSARY TO SUBMIT THE ELECTRONIC COPY OF YOUR PROPOSAL.
Questions concerning any areas of uncertainty which, in your opinion, require clarification or correction must be furnished in writing to Jacqueline C. Holden, Contracting Officer at the Internet electronic mail address jh55b@nih.gov or by fax at 301/402-0972. Ms. Holden's phone number is 301-496-7119. Your questions should be received no later than Friday, May 7, 1999 and marked "Offeror's Questions, RFP NIH-NIAID-DAIDS-00-14."
If you have any additional questions or concerns regarding this RFP, or the electronic transmission of proposals, please contact the above listed individual. Collect calls will NOT be accepted.
Sincerely,
/s/
Paul D. McFarlane
Contracting Officer
Contracts Management Branch
National Institute of Allergy and Infectious Diseases, NIH
Attachments: A - E
RFP NIH-NIAID-DAIDS-00-14 -- APRIL 9, 1999
INTRODUCTION, BACKGROUND AND WORK STATEMENT
INTRODUCTION
The Division of AIDS (DAIDS) and the Division of Microbiology and Infectious Diseases (DMID), NIAID support research to identify therapeutic agents for the prevention and treatment of infections with the human immunodeficiency virus (HIV), various opportunistic infections (OI's) associated with acquired immunodeficiency syndrome (AIDS), and with Mycobacterium tuberculosis. Lead compounds are identified through individual research grants as well as DAIDS-sponsored programs such as the Integrated Preclinical/Clinical Program for novel HIV therapies and the National Cooperative Drug Discovery Groups for AIDS-Associated OIs. Researchers in these and other DAIDS-sponsored pre-clinical programs are actively engaged in investigating the basic biology of the targeted pathogens, identifying novel therapeutic approaches to treat diseases caused by these infectious agents, and testing therapeutic strategies in vitro and in animal models.Prior to evaluation in clinical trials most experimental agents require chemical resynthesis, pharmaceutical analysis, and dosage formulation to ensure products that are of sufficient quantity and quality to permit proper testing in humans. The DAIDS currently utilizes contracts to fulfill its needs in these areas. The purpose of this RFC is to re-compete one of these contracts (N01-AI-55256) that was awarded to Starks Associates, Inc. for resynthesis of potential therapeutic agents for treatment of infectious diseases.
WORK STATEMENT
Independently and not as an agent of the Government, the Contractor shall furnish all services, qualified personnel, materials, equipment and facilities not otherwise provided by the Government under the terms of this contract as needed to perform the work described below.
[GENERAL NOTE TO OFFEROR: Attachment (1) to this work statement, entitled, "Confidentiality of Information" sets forth an intended Advance Understanding for this effort. It requires the Contractor and all subcontractors to maintain the confidentiality of proprietary data provided to them during the conduct of this effort. Further, data generated under the resultant contract shall not be submitted for publication or public presentation until first reviewed by the Project Officer, NIAID. This NIAID review shall be accomplished within 60 calendar days. Attachment (2) to this work statement provides an example of a typical "Screening Agreement" which may be signed between the NIAID and suppliers of certain compounds to be utilized during the conduct of this effort. The Contractor shall be responsible for reading and understanding this document's content and intent as regards this proposed contract.]
Specifically, the Contractor shall:
[NOTE 1 TO OFFEROR: In responding to this RFP, the offerors are to describe the experience of their proposed staff and the organization in the resynthesis of chemicals, and the facilities available to the offerors for meeting the requirements of the Work Statement. The Principal Investigator should be trained at the Ph.D. level in organic chemistry and have at least five years experience in chemical scale up synthesis. The technical staff should have at least a B.S. in chemistry and at least three years of experience in chemical resynthesis.]
[NOTE 2 TO OFFEROR: The contractor shall manufacture pharmaceutical materials in compliance with current Good Manufacturing Practices (GMP) regulations. The proposal shall describe specific examples of products manufactured by the offeror under GMP regulations]
[NOTE 3 TO OFFEROR: At the present time it is not possible to identify specific candidate compounds or the approximate ratio of small to large-scale batches. However, offerors shall anticipate that individual requests for synthesis will usually be for a compound from one of a variety of relatively simple chemical classes (e.g. heterocyclic or carbocyclic), but which will require diverse capabilities in organic synthesis.
For the purpose of preparing a budget, assume the synthesis of a total of 45 known organic or organometallic compounds per year, including twenty in 100 mg amounts, twenty of 5-10 gram amounts, four compounds in 250 gram amounts, and one 1 kg in quantity.]
[NOTE 4 TO OFFEROR: It is the intent of the Government that the synthesis effort, and not acquisition, will be the major emphasis of this award. For the purposes of preparing a budget, assume that the acquisition task will be approximately 5% of the total effort. The acquired compounds would be for the purpose of testing for efficacy against opportunistic pathogens (e.g. Pneumocystis carinii, Mycobacterium avium complex, Toxoplasma gondii, etc.) associated with AIDS. These compounds shall be acquired through purchase or donations through contacts with pharmaceutical and chemical companies, academic laboratories, or other sources known to the Contractor. Because of the sensitive nature of obtaining donations of compounds for testing against disease organisms, the Offeror shall fully document the corporate experience and the experience of assigned staff in this type of work.
The Offeror shall propose a mechanism by which this effort would be accomplished, including potential sources of such donations, proposed staff, and a proposal for maintaining confidentiality of information between the contractor, the drug sponsor, and the Government. Other compounds to be acquired may include agents (e.g. oligonucleotides, polypeptides, radiolabelled compounds, cytokines, etc.) for which synthesis expertise or equipment may not be available at the Contractor.]
WORK STATEMENT
ATTACHMENT (1)
CONFIDENTIALITY OF INFORMATION
Certain information and data provided to the Contractor shall require confidential treatment. All information supplied by the Project Officer should be assumd to be proprietary unless specifically identified in writing by the Project Officer as non-proprietary. Proprietary information provided by the Project Officer may not be revealed without written permission, because such revelations may violate Confidentiality Agreements or other agreements between the NIAID and the provider of the therapeutic agent or jeopardize patent claims. Confidentiality will be protected by an Advance Understanding to be included in the resulting contract as follows:
"Since the Contractor may be utilizing and evaluating materials provided to the Government by third parties, it is essential to include provisions that will protect the rights of these third parties as follows:
The Contractor agrees that manuscrips/abstracts based on data/information generated under this contract will not be submitted for publication until written Project Officer approval has been received. Contract support shall be acknowledged in all such publications. A "publication" is defined as an issue of printed material offered for distribution or any communication or oral presentation of information. Contract support shall be acknowledged in all such publications.
The Project Officer will review all manuscrips/abstracts in a period of time not to exceed 60 calendar days from receipt, and will either grant clearance for publication/disclosure, recommend changes or, as applicable, refer the document to the Supplier of the compound for their review. Where the Supplier of a proprietary compound does not finally consent to publication of the manuscript/abstract, the Project Officer shall withhold approval to publish. NIAID will use its best efforts to assist and expedite the review process by the Supplier wherever possible."
Therapeutic agents and other reagents provided by/through the Government for use under this contract shall be restricted to contract-related studies and further shall not be released to any other investigators without written approval of the Project Officer.
WORK STATEMENT
ATTACHMENT (2)
Screening Agreement for Submitting Products to the Division of Acquired Immuno-deficiency Syndrome (AIDS), National Institute of Allergy and Infectious Diseases, hereafter referred to as the DIVISION,
by
_______________________________________, hereafter referred to as the SUPPLIER.
Using protocols evaluated and approved mutually by the DIVISION and the SUPPLIER, the products will be screened by one or more of the DIVISION's contract testing laboratories, or in any other testing laboratories which may from time to time be added to the DIVISION's portfolio but in any event will not be placed in the laboratories of any company in the pharmaceutical or chemical industries without the SUPPLIER's written permission.
The DIVISION is confident that this agreement will lay the basis for mutually satisfactory cooperation in the field and in the treatment of AIDS and associated diseases.
In agreeing to the above, the SUPPLIER signs below, as well as the attached duplicate of this agreement, and returns both to the DIVISION for countersignature. One original will be returned for the SUPPLIER's files.
____________________________ |
___________________________ |
Director, Division of AIDS |
Name(Signature) |
NIAID, NIH |
____________________________ |
______________ |
____________________________ |
Date |
Company |
RFP NIH-NIAID-DAIDS-00-14
APRIL 9, 1999
REPORTING REQUIREMENTS
The Contractor shall submit technical progress reports covering the work accomplished during each reporting period. These should be factual and be prepared in accordance with the following format (refer to paragraph E, Technical Report Distribution, for distribution and submission requirements):
If the contractor is unable to deliver the reports specified above within the period of performance because of unforeseen difficulties, not withstanding the excercise of good faith and diligent efforts in performance of the work, the Contractor shall give the Contracting Officer immediate written notice of anticipated delays with reasons therefore.
Copies of the technical reports shall be submitted as follows:
Type of |
No. of |
Addressee |
---|---|---|
Project |
2 |
Project Officer (P.O.) |
1 |
Contracting Officer |
|
Quarterly |
2 1 |
Same as P.O. above Same as C.O. above |
Final |
2 1 |
Same as P.O. above Same as C.O. above |
RFP NIH-NIAID-DAIDS-00-14
APRIL 9, 1999
EVALUATION FACTORS FOR AWARD
Selection of an offeror for contract award will be based on an evaluation of proposals against two factors. The factors in order of importance are technical and cost. Although technical factors are of paramount consideration in the award of the contract, cost/price are also important to the overall contract award decision. In accordance with FAR 15.305, proposals will be subject to a cost realism analysis by the Government. Offerors are advised that the award will be made to the offeror whose proposal provides the best overall value to the Government.
The evaluation will be based on the demonstrated capabilities of the prospective contractors in relation to the needs of the project as set forth in the RFP. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFP. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below.
PROPOSALS WILL BE JUDGED SOLELY ON THE WRITTEN MATERIAL PROVIDED BY THE OFFERORS.
TECHNICAL EVALUATION CRITERIA
The scientific soundness of the approach, and awareness of potential problems, as exhibited in the discussion of: a) approaches to economical scale-up of the synthesis of compounds; including an example of preparation of a known complex molecule, including problems encountered and proposed solutions to such problems (10 pts) b) plans for monitoring the synthetic processes and characterizing the final products and key intermediates with respect to identity and purity (10 pts); and c) plans for acquisition of chemicals for testing against infectious diseases relevant to AIDS and for delivery of compounds to NIAID (10 pts); and d) plans for communicating effectively with the Project Officer, ensuring that confidential data and therapeutic agents are secure from an unauthorized access, and effecting an orderly transition to a successor contractor (10 pts) .
Principal Investigator: Relevance and quality of training experience and scientific accomplishments in synthetic organic chemistry, in modification of synthetic routes for large scale chemical syntheses, and in directing a project of similar scope and complexity. The Principal Investigator's documented availability for adequate time to direct this project will also be evaluated (15 pts).
Relevance and quality of training and experience, and documented availability, of other staff in relation to their proposed roles. Recent examples of pertinent accomplishments in developing feasible synthetic methods for chemicals and in the scale up syntheses of bulk pharmaceuticals and reference standards will be considered (15 pts).
Adequacy, safety, suitability and documented availability of the facilities, space (provide floor plan) and appropriate equipment to synthesize, package and ship compounds on the scale requested (100 mg-1000 g), and of the analytical equipment to characterize the identity of compounds and reference standards; availability of literature resources, including on-line search capability.
The documented experience of the organization in: preparatory scale up synthesis of pharmaceuticals; meeting State and Federal regulations with respect to safety; waste disposal; proven capability to manufacture pharmaceutical materials in compliance with Current Good Manufacturing Practice regulations (GMP); preparation of Material Safety Data Sheets; acquisition of drugs for testing by the U.S. Government; and adhering to Federal, State and local regulations pertaining to packaging and shipment of chemicals.
TOTAL: 100 POINTS
RFP NIH-NIAID-DAIDS-00-14
APRIL 9, 1999
NOTICE TO OFFERORS: This attachment contains proposal instructions and information that are specifically related to this acquisition. The information provided below is only a portion of the instructions and notices required for the submission of a proposal. References to additional, more general information, and forms regarding proposal preparation are contained in Attachment E, "Applicable RFP References".
It is anticipated that one (1) award will be made from this solicitation on/about January 3, 2000.
It is anticipated that the award from this solicitation will be a cost reimbursement completion type contract with a seven (7) year performance period, and that incremental funding will be used.
It is expected that one completion type contract will be awarded as a result of this RFP. To assist you in the preparation of your proposal, the Government considers the seven year total effort to be approximately 2,450%, (350% per year). This estimate is furnished for the offeror's information only and is not to be considered restrictive for proposal purposes.
As further assistance, it is estimated that the above total labor effort is constituted as follows:
Labor Category |
Annual Effort |
7-Year Total |
---|---|---|
Principal Investigator |
25% |
175% |
Other Professional |
250% |
1,750% |
Technical Support |
50% |
350% |
Support Staff |
25% |
175% |
TOTAL |
350% |
2,450% |
These percentages are based on a 12 month calendar year.
Note: The following information is to be used by the offeror in preparing its Representations and Certifications, specifically in completing the provision entitled, SMALL BUSINESS PROGRAM REPRESENTATIONS, FAR 52.219-1:
(1) The small business size standard is 500 Employees.
(2) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.
Hand-Carried Address:
Brenda J. Velez, Chief, Contract Management Branch
DEA, NIAID, NIH
Solar Building, Room 3C07
6003 Executive Boulevard
Rockville, MD 20852
Mailing address (U.S.) Postal Service
Brenda J. Velez, Chief, Contract Management Branch
DEA, NIAID, NIH
Solar Building, Room 3C07
6003 Executive Boulevard (MSC 7610)
Bethesda, MD 20892-7610
NOTE: All material sent to this office by Federal Express should be sent to the Hand Carried Address.
The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
AN OFFEROR SHALL PLACE THIS NOTICE ON TOP OF EACH COPY OF ITS TECHNICAL PROPOSAL.
"This proposal shall be used and disclosed for evaluation purposes only, and a copy of this Government notice shall be applied to any reproduction or abstract thereof. Any authorized restrictive notices that the submitter places on this proposal shall also be strictly complied with. Disclosure of this proposal outside the Government for evaluation purposes shall be made only to the extent authorized by, and in accordance with, the procedures in HHSAR paragraph 315.608-72."
(For information regarding authorized restrictive notices, offerors should refer to the "Confidentiality of Proposals" section, Item F.6, of the STANDARD RFP INSTRUCTIONS AND PROVISIONS, General Instructions.)
(a) To help ensure the protection of the life and health of all persons, and to help prevent damage to property, the Contractor shall comply with all Federal, State, and local laws and regulations applicable to the work being performed under the contract. These laws are implemented and/or enforced by the Environmental Protection Agency, Occupational Safety and Health Administration, and other agencies at the Federal, State, and local levels (Federal, State and local regulatory/enforcement agencies.)
(b) Further, the Contractor shall take or cause to be taken such additional safety measures as the Contracting Officer, in conjunction with the project or other appropriate officers, determines to be reasonably necessary. If compliance with such additional safety measures results in an increase or decrease in the cost or time required of performance of any part of work under this contract, an equitable adjustment will be made in accordance with the applicable "Changes" Clause as set forth in the contract.
(c) The Contractor shall maintain an accurate record of, and promptly report to the Contracting Officer, all accidents or incidents resulting in the exposure of persons to toxic substances, hazardous materials or hazardous operations; the injury or death of any person; and/or damage to property incidental to work performed under the contact and all violations for which the Contractor has been cited by any Federal, State, or local regulatory/enforcement agency. The report shall include a copy of the notice of violation and the findings of any inquiry or inspection, and an analysis addressing the impact these violations may have on the work remaining to be performed. The report shall also state the required action(s), if any, to be taken to correct any violation(s) noted by the Federal, State, or local regulatory/enforcement agency and the time frame allowed by the agency to accomplish the necessary corrective action.
(d) If the Contractor fails or refuses to comply promptly with the Federal, State, or local regulatory/enforcement agency's directive(s) regarding any violation(s) and prescribed corrective action(s), the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action (as approved by the Federal, State, or local regulatory/enforcement agencies) has been taken and documented to the Contracting Officer. No part of the time lost due to any such stop work order shall be subject to a claim for extension of time or costs or damages by the Contractor.
(e) The Contractor shall insert the substance of this clause in each subcontract involving toxic substances, hazardous materials, or hazardous operations. Compliance with the provisions of this clause by subcontractors will be the responsibility of the Contractor.
RFP No.: NIH-NIAID-DAIDS-00-14
RFP Title: "Resynthesis of Therapeutic Agents for Treatment of Infectious Diseases"
Please review the attached Request for Proposals. Furnish the information requested below and return this page by Friday, May 7, 1999. Your expression of intent is not binding but will greatly assist us in planning for proposal evaluation.
[ ] DO INTEND TO SUBMIT A PROPOSAL
[ ] DO NOT INTEND TO SUBMIT A PROPOSAL FOR THE FOLLOWING REASONS:
Company/Institution Name: ______________________________________
Address: _______________________________________________________
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
Project Director's Name: ________________________________________
Title: _________________________________________________________
Signature/Date: ________________________________________________
Telephone Number and E-mail Address: ___________________________
Names of Collaborating Institutions and Investigators (include Subcontractors and Consultants):
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
(Continue list on a separate page if necessary)
RETURN TO:
CMB, NIAID, NIH
Solar Building, Room 3C07
6003 Executive Boulevard (MSC 7610)
Bethesda, MD 20892-7610
Attn: Jacqueline C. Holden, Contracting Officer
RFP NIH-NIAID-DAIDS-00-14
FAX# 301/402-0972
Email jh55b@nih.gov
RFP NIH-NIAID-DAIDS-00-14
APRIL 9, 1999
This section identifies the items found in the RFP Web directory entitled RFP REFERENCES that are applicable to this RFP.
RFP NIH-NIAID-DAIDS-00-14
APRIL 9, 1999
The National Institute of Allergy and Infectious Diseases is using RFP NIH-NIAID-DAIDS-00-14 to test the Contract Review On-Line (CRON) system developed by the NIAID. Proposals in response to this Request for Proposal (RFP) will be submitted electronically over the Internet. Adequate security will be provided by using a dedicated server with access restricted through passwords. Following the initial phase of electronic submission by the offerors, proposals will be forwarded to the selected technical reviewers where they will be read and evaluated electronically. The technical review is designed so that a face-to-face meeting is not required. Instead technical reviewers will access proposals through the Internet. Final Revised Proposals (FRPs) will also be submitted and reviewed electronically.
This electronic acquisition approach will save the government and, hence, the taxpayer the costs of travel and per diem for the reviewers, and of shipping proposals to the reviewers.
Offerors will be spared the cost of copying and shipping proposals, which can be a significant expense. This approach should also reduce the staff time needed to process an action through to award. We anticipate that the savings in staff time will be much greater than the savings in postage and paper costs.
NOTE: There is no limit to the size (MB) of the two electronic PDF files to be submitted; however, the size of the technical proposal is limited to the page limitation language outlined below. For purposes of assessing compliance with the page count, technical proposals will be viewed using the print function of the Adobe Acrobat Reader, Version 3.0.
Type density and size must be 10 to 12 points. If constant spacing is used, there should be no more than 15 cpi, whereas proportional spacing should provide an average of no more than 15 cpi. There must be no more than six lines of text within a vertical inch. Margins must be set to 1 inch around.
Technical Proposal and Business Proposal preparation instructions along with proposal table of contents are detailed below.
(NOTE: Instructions to offerors are indicated in parentheses or as footnotes.)
STATEMENT OF WORK
1.Objectives ........................................ Page 4
2. Approach ......................................... _____
3. Methods ........................................... _____
4. Schedule ........................................... _____
PERSONNEL (List by name, title, department and organization, and detail each person's qualifications and role in the Project.)
Provide narrative for:
1. Principal Investigator/Project Director
2. Other Investigators
3. Additional Personnel, (e.g., technical support, subcontractors,consultants)
(Note: For key personnel, include 2 page biosketch/resume and the form entitled "Summary of Current and Proposed Activities.") -- Page ____
* State the proposal's broad, long-term objectives and specific aims. Describe concisely the research design and methods for achieving these goals. DO NOT EXCEED ONE PAGE in providing the abstract. Identify the RFP number, institution, and Principal Investigator on the abstract.
** HARDCOPY SUBMISSION OF APPENDICES: The following items are excluded from our electronic submission requirement and will not be subject to page limitations. Instead all Offerors must submit ten (10) paper copies of the information.
4. BUSINESS PROPOSAL INSTRUCTIONS
Following proposal submission and review, additional information will be requested by the Contracting Officer from all offerors that comprise the competitive range. The format of your BUSINESS PROPOSAL is detailed in the "Business Proposal Table of Contents", below.
With the Business Proposal, please submit Form NIH-2043, "Proposal Summary and Data Record." Note that in addition to telephone and fax numbers, the INTERNET addresses of both the Principal Investigator and the responsible business representative are to be included on the form.
Please use the following format to organize and present your Business Proposal:
SECTIONS/FORMAT
[Note: We have included a template cost spreadsheet in Microsoft Excel. Offerors are requested to complete this spreadsheet and include it with their business proposal. This spreadsheet can replace the cost sheets that you ordinarily provide. It is our hope that this spreadsheet will provide you with a useful tool, allow us to more easily understand your cost proposal, and eliminate our need to recreate your spreadsheets. This spreadsheet template is a new approach, and we would appreciate any feedback you could give us about it.]
[Note: Listed below are delivery instructions for the submission of the paper copies of your proposal. Instructions for your electronic submission are described above in Electronic Submission Instructions.]
Shipment and marking shall be as indicated below:
EXTERNAL PACKAGE MARKING
In addition to the address cited below, mark each package as follows:
"RFP NIH-NIAID-DAIDS-00-14
TO BE OPENED BY AUTHORIZED GOVERNMENT PERSONNEL ONLY"
NUMBER OF COPIES
The number of hard copies required of each part of your proposal is specified below.
Technical Proposal (In addition to the electronic submission): Signed original (and if appropriate to your proposal) ten (10) copies of SOPs, pertinent manuals, non-scannable figures or data, and letters of collaboration/intent.
Business Proposal (In addition to the electronic submission): Signed original and one copy.
PAPER/HARD-COPIES TO
If hand delivered or via delivery service
Jacqueline C. Holden, Contracting Officer
Contract Management Branch
NIAID, NIH
Solar Building, Room 3C07
6003 Executive Boulevard
Rockville, Maryland 20852
If using U.S. Postal Service:
Jacqueline C. Holden, Contracting Officer
Contract Management Branch
NIAID, NIH
Solar Building, Room 3C07
6003 Executive Boulevard (MSC 7610)
Bethesda, Maryland 20892-7610
NOTE: All material sent to this office by Federal Express should be sent to the Hand Carried Address.
NOTE: The U.S. Postal Service's "Express Mail" does not deliver to the Rockville, Maryland address. Any package sent to the Rockville address via this service will be held at a local post office for pick-up. THE GOVERNMENT IS NOT RESPONSIBLE FOR PICKING UP ANY MAIL AT A LOCAL POST OFFICE. If a proposal is not received at the place, date, and time specified herein, it will be considered a "late proposal," in accordance with PHSAR 352.215-10, Late Proposals, Modifications of Proposals and Withdrawals of Proposals (NOV 1986).
Top | RFP References
NIH RFP Directory | NIAID/CMB Home | NIH Home