RFP No. NIH-NIAID-DAIDS-97-02 Title: PRECLINICAL EVALUATION OF THERAPIES FOR MICROSPORIDIAL INFECTION Issued by: Phillip Hastings Contract Specialist NIH/NIAID Contract Management Branch Solar Building, Room 3C07 6003 Executive Boulevard MSC 7610 Bethesda, Maryland 20892-7610 DATE ISSUED: APRIL 15, 1996 PROPOSAL DATE DUE: AUGUST 15, 1996, 4:30 P.M. (EST) Ladies and Gentlemen: You are invited to submit a proposal in accordance with the requirements of this RFP (NIH-NIAID-DAIDS-97-02) for a PRECLINICAL EVALUATION OF THERAPIES FOR MICROSPORIDIAL INFECTION. The Government contemplates the award of one (1), five (5) year, cost-reimbursement, level-of-effort type Contract as a result of this RFP. The documents included with this electronic RFP package are as follows: I. Streamlined RFP a. Introduction and Work Statement, dated April 15, 1996 (Attachment 1) b. Deliverables and Reporting Requirements, dated April 15, 1996 (Attachment 2) c. Evaluation Factors for Award, dated April 15, 1996 (Attachment 3) II. Specific RFP Instructions and Provisions, dated April 15, 1996 (Attachment 4) III. Applicable RFP References, dated April 15, 1996 (Attachment 5) IV. Agreement for Submitting Products to the Division of AIDS (Attachment 6) In addition to this directory which provides access to this streamlined RFP, there are five (5) other subdirectories in the Gopher System (under C. RFP References) which must be retrieved, in whole or in part, in order to submit a proposal. (These are detailed in Attachment 5.) If you are unable to download any of these documents, please contact Phillip Hastings, Contract Specialist, by phone/fax/internet. (See contact numbers/addresses below.) The attachments listed above represent all the necessary information required for the submission of a proposal for this acquisition. Following proposal submission and review, additional information will be requested by the Contracting Officer from all Offerors which comprise the competitive range. The BUSINESS PROPOSAL must be signed by an authorized official of your organization, and must contain a detailed breakdown of costs by year, for each cost category/element; the BASIS for all costs must be explained, but supporting documentation need not be submitted with the proposal. (COST AND PRICING DOCUMENTATION WILL BE REQUESTED AFTER THE COMPETITIVE RANGE IS ESTABLISHED.) See Standard RFP Instructions and Provisions, in the subdirectory C. RFP References, for more detail on the BUSINESS PROPOSAL requirements. DUE TO THE NATIONAL INSTITUTE OF ALLERGY AND INFECTIOUS DISEASES' CURRENT BUDGET RESTRICTIONS, IT IS RECOMMENDED THAT ANY PROPOSED ANNUAL INCREASE IN COSTS FOR INFLATION BE LIMITED TO NO MORE THAN 4% OF TOTAL COSTS PER YEAR WHICH IS ALSO THE MAXIMUM CURRENTLY ALLOWED BY THE NIH FOR RESEARCH PROJECTS. FINAL INFLATION INCREASES WILL BE SUBJECT TO THE NEGOTIATION PROCESS TAKING INTO CONSIDERATION THE MOST CURRENT CONSUMER PRICE INDEX (CPI). With the Business Proposal, please submit Form NIH-2043, "Proposal Summary and Data Record," contained in the NIH Gopher under the FORMS, FORMATS, AND ATTACHMENTS subdirectory found in C. RFP REFERENCES. 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. The format and content of your TECHNICAL PROPOSAL is detailed in the technical proposal Table of Contents, Attachment 4. BE ADVISED THAT THE NARRATIVE OF THE WORK STATEMENT, RESOURCES AND DIRECT COSTS, PERSONNEL, AND OTHER CONSIDERATIONS ARE NOT TO EXCEED 50 PAGES. You are reminded that the "Technical Proposal Cover Sheet" must be completed in full detail and used as the cover sheet for each copy of your technical proposal. (A copy of this form is contained in the NIH Gopher under the FORMS, FORMATS, AND ATTACHMENTS subdirectory found in C. RFP REFERENCES.) New policies require submission of more detailed information than has been previously required. It is important that you list all professional personnel and organizations named in the proposal who have any role in the proposed work, including: staff of the primary organization (Offeror), subcontractors, collaborating organizations, and consultants. Organizational affiliation(s) must be indicated for every person named. You may use additional sheets, as needed, following the format shown in the Technical Proposal Cover Sheet. This information will be used to ensure that there will be no conflict of interest when selecting review committee members. Your attention is further directed to the "Proposal Intent" form contained in Attachment 4, item 11. Please complete this form and return it to this office on or before July 15, 1996. This will allow us to expedite preparations for the peer review of proposals. Funds are not presently available for this requirement. The Government's obligation under a resulting Contract is contingent upon availability of appropriated funds from which payment for Contract purposes can be made. If you intend to submit a proposal in response to this RFP, IT IS ESSENTIAL THAT YOU IMMEDIATELY NOTIFY MR. PHILLIP HASTINGS, CONTRACT SPECIALIST, OF THE NIAID CONTRACTING OFFICE AT THE FOLLOWING INTERNET ADDRESS: ph23k@nih.gov IF YOU FAIL TO NOTIFY THE CONTRACTING OFFICE OF YOUR INTEREST, YOU WILL NOT RECEIVE ANY NOTIFICATION OF AMENDMENTS ISSUED TO THE RFP. HOWEVER, ALL AMENDMENTS WILL BE POSTED ON THE NIH GOPHER AND/OR NIH HOME PAGE. The original and twenty (20) copies of your technical proposal and the original and five (5) copies of your business proposal must be received by the Contract Specialist no later than August 15, 1996, at 4:30 p.m. local time at the address listed in Attachment 4, item 5. Questions concerning any areas of uncertainty which in your opinion require clarification or correction, must be furnished in writing to Phillip Hastings. Your questions should be received no later than May 15, 1996, at the address indicated in Attachment 4, item 5 (Fax or E-mail is also acceptable.) and marked "Offeror's Questions, RFP-NIH-NIAID-DAIDS-97-02." If you have any additional questions regarding this RFP, please contact Phillip Hastings at the internet electronic mail address ph23k@nih.gov, by phone at 301/496-0194, or by fax at 301/402-0972. Collect calls will NOT be accepted. Sincerely, /s/ Brenda J. Velez Chief, AIDS Clinical Research Contract Section Contract Management Branch National Institute of Allergy and Infectious Diseases Attachments: 1 - 6 ***************************************************************** ***************************************************************** RFP-NIH-NIAID-DAIDS-97-02 I. STREAMLINED RFP ------------------- ATTACHMENT 1 4/15/96 INTRODUCTION ------------ The opportunistic infections (OIs) resulting from advanced HIV disease are principal causes of morbidity and mortality. Several species of parasites belonging to the phylum MICROSPORA cause disease in immunocompromised hosts, including people with AIDS. Microsporidia have only recently been recognized as human pathogens and opportunistic infections, thus the field is a very new area of study. AIDS patients commonly develop chronic diarrhea, and other clinical manifestations that may include keratitis, nephritis, pneumonia, hepatitis, peritonitis, and sinusitis. Gastrointestinal infections comprise the vast majority of microsporidiosis cases. Prevalence in the US and Europe ranges from 7-50% in various HIV- infected populations. There are no preventive therapies and no established or proven treatments for active disease. Therapies for ocular infections and one GI infection are under investigation, however these are species-specific and are not always curative or microbicidal. There is no therapy for ENTEROCYTOZOON BIENEUSI, the most common of the microsporidial infections causing a debilitating diarrhea. The Division of AIDS (DAIDS), NIAID has taken the lead in supporting OI drug development efforts by providing Contract resources for evaluating promising new therapies in animals, a critical component in the drug approval process. This RFP represents a segment of the Opportunistic Infections Research Branchþs drug discovery and development program, through which drug testing resources are made available to scientific investigators and to companies without comparable resources. The availability of these test systems will allow DAIDS to provide needed support for investigator-initiated drug discovery, to stimulate private sector sponsorship of new drugs, to perform comparison studies of drugs from different sponsors, and to provide information for selection of anti-microsporidial drug candidates for design of clinical studies. At the present time, NIAID does not have any resource for testing therapies against microsporidia. The new Contract resulting from this RFP will develop and validate IN VITRO and IN VIVO models of microsporidial infection that are suitable for testing new therapies. The IN VITRO and IN VIVO models established and validated through this Contract will serve to test candidate antibiotics and provide a standard system to assist pathogenesis, parasite biology, drug resistance and diagnostics research. The state-of-the-art of research on this group of pathogens is such that a few species can be cultured and limited animal models are under development for ENCEPHALITOZOON-type species. A major obstacle to progress in this area is that there is no culture system or animal model of the most common microsporidial pathogen, ENTEROCYTOZOON BIENEUSI, to support pathogenesis and drug discovery research. Therefore the emphasis of this Contract is to fill the gaps in knowledge and methodology regarding research on E. BIENEUSI. Due to the current limitations of working with this organism, the first year of the Contract will be used to further develop proposed IN VITRO and IN VIVO models of E. BIENEUSI infection. Evaluation of experimental therapies is anticipated for years 2-5, along with continued efforts to improve the models. Selected studies using models of another MICROSPORA, such as SEPTATA (ENCEPHALITOZOON) INTESTINALIS, will be included under certain conditions described below. It is anticipated that one Contract will be awarded, dependent upon availability of funds. We anticipate that one year will be adequate to focus on E. BIENEUSI model development work. However, progress will be monitored closely and the Project Officer will determine the extent to which compound testing will be done with either the E. BIENEUSI models or the alternative models that have been validated in the remaining Contract years. The Government reserves the right to determine whether adequate progress has been made after the initial year of model development work and whether the Contract should be continued, reduced, modified, or terminated for the convenience of the Government. ------------------------------------------------------------ ------------------------------------------------------------ [GENERAL NOTE TO OFFEROR: IN RESPONDING TO THIS RFP, OFFERORS SHOULD DESCRIBE IN DETAIL THE TECHNICAL APPROACH AND METHODS PROPOSED, AND THE RESPONSIBILITIES AND LEVEL OF EFFORT OF ALL PROPOSED PERSONNEL WHO WILL BE ASSIGNED TO THE CONTRACT. DOCUMENTATION SHOULD ALSO BE PROVIDED ON THE QUALIFICATIONS, EXPERIENCE, EDUCATION, COMPETENCE, AVAILABILITY IN RELATION TO OTHER COMMITMENTS, AND DECISION-MAKING AUTHORITY OF THE PRINCIPAL INVESTIGATOR, KEY PERSONNEL, AND TECHNICAL AND SUPPORT STAFF. OFFERORS SHOULD DESCRIBE IN DETAIL AN ADMINISTRATIVE FRAMEWORK SHOWING CLEAR LINES OF AUTHORITY. A DETAILED WORK PLAN SHOWING PROPOSED TIME SCHEDULES SATISFACTORY FOR ACHIEVING CONTRACT OBJECTIVES AND MILESTONES, AND FOR MAINTAINING QUALITY CONTROL OVER THE IMPLEMENTATION AND OPERATION OF THE CONTRACT SHOULD BE INCLUDED. OFFERORS SHOULD PROVIDE NECESSARY FACILITIES, INCLUDING ALL MAJOR EQUIPMENT, AND CAPABILITIES TO PERFORM ALL THE FUNCTIONS OF THE WORK STATEMENT. IN THE TECHNICAL APPROACH FOR ACCOMPLISHING THE WORK STATEMENT, DISCUSSION OF POTENTIAL PROBLEMS OF PROPOSED MODELS, AND SUGGESTED SOLUTIONS SHOULD BE INCLUDED IN THE TECHNICAL PROPOSAL. DOCUMENTATION SHOULD BE PROVIDED ON THE QUALIFICATIONS, EXPERIENCE, EDUCATION, COMPETENCE, AVAILABILITY, AND DECISION-MAKING AUTHORITY OF THE PRINCIPAL INVESTIGATOR, TECHNICAL AND ADMINISTRATIVE SUPPORT STAFFS; THE EXTENT TO WHICH OUTSIDE CONSULTANTS SHOULD BE USED AS WELL AS ASSURANCE OF THEIR AVAILABILITY; AND THE PERCENTAGE OF TIME EACH STAFF MEMBER (INCLUDING PROPOSED SUBCONTRACTORS AND CONSULTANTS) WHO SHOULD CONTRIBUTE TO THE PROJECT. RESUMES, ENDORSEMENTS, AND EXPLANATIONS OF PREVIOUS EFFORTS SHOULD CLEARLY DEMONSTRATE RELEVANT TRAINING, EXPERIENCE, AND SPECIFIC ACCOMPLISHMENTS. DOCUMENTATION SHOULD INCLUDE ALL PREVIOUS AND CURRENT PROJECTS OF A SIMILAR NATURE, INCLUDING THE CONTRACT NUMBER OR GRANT NUMBER, THE SPONSORING AGENCY, AND THE PROJECT TITLE. OFFERORS SHOULD ADDRESS PLANS TO INSURE THAT NO IDENTIFIABLE DATA ON THE COMPOUNDS OR PRODUCTS AND THE RESULTS OF TESTING WILL BE KEPT IN FILES OPEN TO THE PUBLIC, AND THAT FACILITIES FOR COMPUTER OPERATION, DATA ENTRY, AND FILE STORAGE ARE SECURE FROM UNAUTHORIZED ACCESS. ONLY THOSE CONTRACT EMPLOYEES OR GOVERNMENT EMPLOYEES DIRECTLY ENGAGED IN THIS PROJECT WILL HAVE ACCESS TO THE FILES OF INFORMATION REGARDING SOURCE AND NATURE OF CONFIDENTIAL OR PROPRIETARY MATERIALS AND RESULTS OF TESTING. THE HANDLING AND TRANSPORTATION OF ALL REAGENTS AND GOVERNMENT- OWNED PROPERTY UNDER ANY RESULTANT CONTRACT SHOULD BE IN ACCORDANCE WITH ALL APPLICABLE LOCAL, STATE AND FEDERAL REGULATIONS INCLUDING HEALTH AND SAFETY STANDARDS (SEE ATTACHMENT 4 FOR THE SAFETY AND HEALTH CLAUSE AND ITEM #10 OF THE WORK STATEMENT). IF A SUBCONTRACTOR IS PROPOSED, SIMILAR TECHNICAL INFORMATION SHOULD BE PROVIDED AS PART OF THE PROPOSAL AS THAT REQUIRED OF THE PRIME CONTRACTOR, I.E., TECHNICAL APPROACH, METHODS, EXPERIENCE, PERSONNEL QUALIFICATIONS, FACILITIES, RESOURCES, ETC., AND COST DETAILS SHOULD ALSO BE PROVIDED BY THE SUBCONTRACTOR. THE PRIME CONTRACTOR SHALL BE RESPONSIBLE FOR ALL WORK PERFORMED UNDER THIS CONTRACT.] WORK STATEMENT ______________ Independently and not as an agent of the Government, the Contractor shall furnish all the necessary technical and administrative services, qualified personnel, material, equipment, strains of microorganisms, and facilities, not otherwise provided by the Government as needed to perform the Work Statement below. Specifically, to facilitate discovery and development of therapies against enteric microsporidial infection, the Contractor shall: 1. Improve, standardize and validate a proposed model of E. BIENEUSI infection in mice that is suitable for evaluation of potential new therapies for treatment of microsporidial infections. The mouse model system shall include the following minimum requirements: a. A reproducible course of infection with unambiguous, quantitative indicators of morbidity that approximate and have relevance to those seen in human enteric infections; b. A protocol for testing therapies against established E. BIENEUSI infection including an experimental agent with potential suitability as a positive control; c. Quantitative assessments that detect statistically valid differences between treatment groups of animals; d. Histochemical, molecular, microbiological and/or other methods to document species identity, purity, severity, pathology and location of infection; and e. Appropriate measures of general toxicity of the experimental therapy during efficacy studies. [NOTE 1 TO OFFEROR: THE OFFEROR SHOULD PROPOSE A CANDIDATE MOUSE MODEL OF E. BIENEUSI INFECTION AND A THERAPEUTIC PROTOCOL FOR DEVELOPMENT. THE OFFEROR SHOULD SUBMIT A DETAILED RESEARCH PLAN AND TIMELINE FOR ACHIEVING A MOUSE MODEL OF E. BIENEUSI INFECTION AND A TESTING PROTOCOL WITH THE ABOVE CHARACTERISTICS (1. A-E). THE RESEARCH PLAN SHOULD DESCRIBE EXPERIMENTS THE OFFEROR INTENDS TO CONDUCT IN ORDER TO DEVELOP, STANDARDIZE AND VALIDATE THE IN VIVO MODEL, INCLUDING THE IDENTIFICATION OF AN AGENT THAT CAN BE USED AS A POSITIVE CONTROL IN EFFICACY EVALUATIONS, AND SHOW HOW WORK WILL BE PHASED TO COMPLETE INITIAL STANDARDIZATION AND VALIDATION OF THIS MODEL AND PROTOCOL. FOR PURPOSES OF PLANNING WORK AND PREPARING THE BUSINESS PROPOSAL, THE OFFEROR SHOULD ASSUME THAT THIS DEVELOPMENT PHASE WILL BE COMPLETE BY THE END OF YEAR 1. OFFERORS SHOULD CLEARLY IDENTIFY THE YEAR 1 RESEARCH PLAN IN THE TECHNICAL PROPOSAL AND DOCUMENT A RELIABLE SOURCE OF PARASITES FOR THIS WORK. THE OFFEROR SHOULD PROVIDE DOCUMENTATION OF THE METHODS THAT WILL BE EMPLOYED TO CONFIRM THE MICROBIOLOGICAL PURITY OF THE EXPERIMENTAL INFECTION AND THE ABSENCE OF OTHER PATHOGENIC MICROORGANISMS. THE PROPOSED MODEL SHOULD APPROXIMATE THE CLINICAL MANIFESTATIONS OF THE INFECTION AS IT OCCURS IN AIDS, OR SHOULD OTHERWISE HAVE DOCUMENTED UTILITY FOR TESTING DRUG EFFICACY. IN THE TECHNICAL APPROACH FOR ACCOMPLISHING THE WORK STATEMENT, DISCUSSION OF POTENTIAL PROBLEMS OF THE PROPOSED MODEL, AND SUGGESTED SOLUTIONS SHOULD ALSO BE INCLUDED IN THE TECHNICAL PROPOSAL. FOR THE PURPOSES OF PREPARING THE BUSINESS PROPOSAL, THE OFFEROR SHOULD BE SPECIFIC IN DESCRIBING THE COSTS FOR DEVELOPMENTAL WORK, I.E., COSTS FOR THE NUMBER OF EXPERIMENTS, ANIMALS, AND SUPPLIES DESCRIBED IN THE RESEARCH PLAN FOR YEAR 1.] 2. Evaluate single agents and/or combination therapies for efficacy in a mouse model of E. BIENEUSI infection using a standardized, reproducible, validated therapeutic protocol defined in Item 1. Upon approval by the Project Officer, alternative microsporidial models may be substituted. [NOTE 2 TO OFFEROR: THE FIRST YEAR OF THE CONTRACT WILL FOCUS ON MODEL DEVELOPMENT AND VALIDATION UNDER ITEM 1 ABOVE; THE GOVERNMENT ANTICIPATES EFFICACY TESTING WILL START AT THE BEGINNING OF YEAR 2 AND CONTINUE FOR THE DURATION OF THE CONTRACT. HOWEVER, PROGRESS IN ITEM 1 WILL BE MONITORED CLOSELY AND THE PROJECT OFFICER WILL DETERMINE THE EXTENT TO WHICH COMPOUND TESTING WILL BE DONE WITH EITHER THE PRIMARY E. BIENEUSI MODEL OR AN ALTERNATIVE VALIDATED MODEL USING ANOTHER SPECIES OF MICROSPORA. THE OFFEROR SHOULD HAVE AVAILABLE AT THE TIME OF PROPOSAL A SUITABLE ALTERNATIVE MODEL AND PROTOCOL FOR TESTING NEW THERAPIES AGAINST ANOTHER, APPROPRIATE MICROSPORA SPECIES, SUCH AS ENCEPHALITOZOON INTESTINALIS. THE SELECTION OF THE ALTERNATIVE ORGANISM MUST BE JUSTIFIED BY A DISCUSSION OF ITS BIOLOGICAL RELEVANCE TO E. BIENEUSI STUDIES. THE ALTERNATIVE MODEL SHOULD HAVE THE MINIMUM REQUIREMENTS DESCRIBED IN 1A-E ABOVE, AND WILL BE USED AS REQUESTED BY THE PROJECT OFFICER IN PLACE OF THE PRIMARY E. BIENEUSI MODEL FOR TESTING THERAPIES DURING YEARS 2-5. SUITABILITY OF THE PROPOSED ALTERNATIVE MODEL WILL BE BASED ON FEASIBILITY, REPRODUCIBILITY, BIOMEDICAL RELEVANCE TO HUMAN INFECTION, IDENTIFICATION OF A POSITIVE CONTROL, TESTING CAPACITY, AND PRACTICALITY. PROTOCOLS SHOULD BE DESIGNED FOR TREATMENT OF AN ESTABLISHED INFECTION AND INCLUDED IN THE TECHNICAL PROPOSAL. THE OFFEROR SHOULD PROVIDE DOCUMENTATION OF THE METHODS THAT WILL BE EMPLOYED TO CONFIRM THE MICROBIOLOGICAL PURITY OF THE EXPERIMENTAL INFECTION AND THE ABSENCE OF OTHER PATHOGENIC MICROORGANISMS. THE PROPOSED MODEL SHOULD APPROXIMATE THE CLINICAL MANIFESTATIONS OF THE INFECTION AS IT OCCURS IN AIDS, OR SHOULD OTHERWISE HAVE DOCUMENTED UTILITY FOR TESTING DRUG EFFICACY. IN THE TECHNICAL APPROACH FOR ACCOMPLISHING THE WORK STATEMENT, DISCUSSION OF POTENTIAL PROBLEMS OF PROPOSED MODELS, AND SUGGESTED SOLUTIONS SHOULD BE ALSO INCLUDED IN THE TECHNICAL PROPOSAL. FOR THE PURPOSES OF PREPARING THE BUSINESS PROPOSAL, FOR YEARS 2-5 OF THE CONTRACT, ASSUME THAT 10 SINGLE AGENTS PER YEAR WILL BE EVALUATED AND THAT EACH EFFICACY EXPERIMENT WILL UTILIZE 6 GROUPS OF ANIMALS TREATED AS IN THE FOLLOWING EXAMPLE: O A TEST CANDIDATE COMPOUND AT 3 DOSAGES, ADMINISTERED TWICE DAILY, FOR A DURATION OF TIME APPROPRIATE TO THE PROPOSED MODEL; O A POSITIVE CONTROL GROUP, USING A CLINICAL OR EXPERIMENTAL THERAPY WITH DEMONSTRATED EFFICACY IN THE MICROSPORIDIAL MODEL; O A NEGATIVE CONTROL GROUP, I.E. INFECTED ANIMALS RECEIVING VEHICLE INSTEAD OF THERAPY; O A TOXICITY CONTROL GROUP, I.E. UNINFECTED ANIMALS THAT RECEIVE THE HIGHEST DOSAGE OF DRUG.] 3. Improve, standardize and validate a proposed IN VITRO system to test new therapies against E. BIENEUSI. This evaluation system shall include the following minimum requirements: a. Quantitative methods that correlate with parasite numbers, can assess parasite viability, and that detect statistically significant differences between experimental groups and test concentrations; b. A drug or other proposed therapy that will inhibit IN VITRO growth and is suitable for use as a positive control; c. A system or method to compare susceptibility of other pathogenic microsporidia to an experimental therapy, including parasite isolates from humans, when requested; and. d. At least two quantifiable measures of cytotoxicity to mammalian cells due to the experimental therapy. [NOTE 3 TO OFFEROR: THE OFFEROR SHOULD PROPOSE A CANDIDATE IN VITRO SYSTEM, THAT COULD BE FURTHER DEVELOPED FOR EVALUATION OF THERAPIES AGAINST E. BIENEUSI INFECTION. THE OFFEROR SHOULD SUBMIT A DETAILED RESEARCH PLAN AND TIMELINE FOR ACHIEVING AN IN VITRO MODEL OF E. BIENEUSI INFECTION AND TESTING PROTOCOL WITH THE ABOVE CHARACTERISTICS (1A-D). THE RESEARCH PLAN SHOULD DESCRIBE WHAT EXPERIMENTS THE OFFEROR INTENDS TO CONDUCT IN ORDER TO DEVELOP, STANDARDIZE AND VALIDATE THE IN VITRO MODEL, INCLUDING THE IDENTIFICATION OF AN AGENT THAT CAN BE USED AS A POSITIVE CONTROL IN EFFICACY EVALUATIONS, AND SHOW HOW WORK WILL BE PHASED TO COMPLETE INITIAL STANDARDIZATION AND VALIDATION OF THIS MODEL AND PROTOCOL BY THE END OF YEAR 1. OFFERORS SHOULD CLEARLY IDENTIFY THE YEAR 1 RESEARCH PLAN IN THE TECHNICAL PROPOSAL AND DOCUMENT A RELIABLE SOURCE OF PARASITE MATERIAL FOR THIS WORK. BECAUSE THE EMPHASIS OF THIS RFP IS ON E. BIENEUSI, OFFERORS SHOULD PROPOSE IN VITRO TEST SYSTEMS THAT ARE SPECIFIC TO THAT ORGANISM. IN THE TECHNICAL APPROACH FOR ACCOMPLISHING THE WORK STATEMENT, DISCUSSION OF POTENTIAL PROBLEMS OF PROPOSED MODELS, AND SUGGESTED SOLUTIONS SHOULD BE ALSO INCLUDED IN THE TECHNICAL PROPOSAL. FOR THE PURPOSES OF PREPARING THE BUSINESS PROPOSAL FOR YEAR 1, THE OFFEROR SHOULD BE SPECIFIC IN DESCRIBING RESEARCH COSTS AS THEY RELATE TO THE RESEARCH PLAN IN TERMS OF NUMBERS OF EXPERIMENTS, CELL LINES, REAGENTS, ETC. ] 4. Screen single agents and/or combinations for efficacy against E. BIENEUSI using a standardized, reproducible, and validated IN VITRO system defined and developed in Item 3 above. Upon approval of the Project Officer, an alternative validated IN VITRO model using another microsporidial species may be used. [NOTE 4 TO OFFEROR: THE FIRST YEAR OF THE CONTRACT WILL FOCUS ON IN VITRO MODEL DEVELOPMENT AND VALIDATION UNDER ITEM 3 ABOVE; THE GOVERNMENT ANTICIPATES THAT EFFICACY TESTING WILL START AT THE BEGINNING OF YEAR 2 AND CONTINUE FOR THE DURATION OF THE CONTRACT. HOWEVER, PROGRESS IN ITEM 3 WILL BE MONITORED CLOSELY AND THE PROJECT OFFICER WILL DETERMINE THE EXTENT TO WHICH COMPOUND TESTING WILL BE DONE WITH EITHER THE PRIMARY E. BIENEUSI MODEL OR AN ALTERNATIVE VALIDATED MODEL USING ANOTHER SPECIES OF MICROSPORIDIA. THE OFFEROR SHOULD HAVE AVAILABLE AT THE TIME OF PROPOSAL A SUITABLE ALTERNATIVE IN VITRO MODEL AND PROTOCOL FOR TESTING NEW THERAPIES AGAINST ANOTHER, APPROPRIATE MICROSPORA SPECIES, SUCH AS ENCEPHALITOZOON INTESTINALIS. THE SELECTION OF THE ALTERNATIVE ORGANISM SHOULD BE JUSTIFIED BY A DISCUSSION OF ITS BIOLOGICAL RELEVANCE TO E. BIENEUSI STUDIES. THE ALTERNATIVE MODEL SHOULD HAVE THE MINIMUM REQUIREMENTS DESCRIBED IN ITEM 3. A-D ABOVE, AND WILL BE USED AS REQUESTED BY THE PROJECT OFFICER IN PLACE OF THE PRIMARY E. BIENEUSI MODEL FOR TESTING THERAPIES DURING YEARS 2-5. SUITABILITY OF THE PROPOSED ALTERNATIVE MODEL WILL BE BASED ON FEASIBILITY, REPRODUCIBILITY, BIOMEDICAL RELEVANCE TO HUMAN INFECTION, IDENTIFICATION OF A POSITIVE CONTROL, TESTING CAPACITY, AND PRACTICALITY. PROTOCOLS SHOULD BE DESIGNED FOR TREATMENT OF AN ESTABLISHED INFECTION AND INCLUDED IN THE TECHNICAL PROPOSAL. FOR THE PURPOSES OF PREPARING THE BUSINESS PROPOSAL, ASSUME 35 THERAPIES WILL BE TESTED PER YEAR AND THAT EACH EXPERIMENT WILL REQUIRE THE FOLLOWING: O 4 CONCENTRATIONS OF TEST DRUG, O ONE NEGATIVE CONTROL GROUP USING DRUG VEHICLE ONLY, O ONE POSITIVE CONTROL GROUP, AND O A GROUP FOR ASSESSING CYTOTOXICITY TO MAMMALIAN CELLS USING AT LEAST TWO QUANTITATIVE METHODS. ] 5. With pre-approval from the Project Officer, continue to improve and validate models and protocols for microsporidial infection IN VITRO and IN VIVO for evaluating therapies against E. BIENEUSI (or an appropriate alternative species). [NOTE 5 TO OFFEROR: BECAUSE THE GOVERNMENT DOES NOT KNOW IF OR WHAT MODIFICATIONS ARE LIKELY TO BE NEEDED, THIS SECTION SHOULD NOT BE CONSIDERED AS PART OF THE BUSINESS PROPOSAL. IT IS EXPECTED THAT ANY NECESSARY MODIFICATIONS OF THE MODEL SYSTEM WILL NOT INCREASE THE NEGOTIATED CONTRACT COST, BUT THAT EXISTING RESOURCES WILL BE REDIRECTED TO ACCOMPLISH THIS TASK. HOWEVER, THE OFFEROR SHOULD DOCUMENT IN THE TECHNICAL PROPOSAL THEIR QUALIFICATIONS, EXPERTISE, AND ABILITY TO MODIFY MODELS OR DEVELOP NEW MODELS.] 6. Utilize these models, when directed by the Project Officer, for specialized studies such as testing therapies with alternative protocols, e.g., using other microsporidial species, alternate routes of infection, prophylaxis protocols, or alternate host cell lines. [NOTE 6 TO OFFEROR: BECAUSE THE GOVERNMENT DOES NOT KNOW IF OR WHAT SPECIALIZED STUDIES ARE LIKELY TO BE NEEDED, THIS SECTION SHOULD NOT BE CONSIDERED AS PART OF THE BUSINESS PROPOSAL. IT IS EXPECTED THAT ANY WORK CONDUCTED UNDER THIS ITEM WILL NOT INCREASE THE NEGOTIATED CONTRACT COST, BUT THAT EXISTING RESOURCES WILL BE REDIRECTED TO ACCOMPLISH THIS TASK. HOWEVER, THE OFFEROR MUST DOCUMENT IN THE TECHNICAL PROPOSAL THEIR QUALIFICATIONS, EXPERTISE, AND ABILITY TO CONDUCT ORIGINAL RESEARCH ON MICROSPORIDIA, INCLUDING PUBLICATIONS.] 7. As requested by the Project Officer, provision shall be made to obtain and preserve samples of purified organisms or animal tissues and fluids. Samples shall be sent, as directed, to another laboratory for storage or for additional experiments and analyses on the samples. The Contractor shall cooperate or collaborate with other investigators as requested and shall conform to federal safety regulations on shipping biohazardous materials. [NOTE 7 TO OFFEROR: FOR THE PURPOSES OF PREPARING THE BUSINESS PROPOSAL, THE OFFEROR SHOULD ASSUME THAT 4 SHIPMENTS OF PURIFIED PARASITE MATERIAL AND 10 SHIPMENTS OF INFECTED ANIMAL TISSUES OR FLUIDS PER YEAR WILL BE SENT TO BETHESDA, MD.] 8. The Contractor shall submit quarterly reports during the initial development phase of the Contract documenting progress made in the proposed IN VITRO and animal model systems to improve the suitability of these systems for evaluating new therapies. The Contractor shall report compound test data generated under this Contract to the Project Officer in the form of interim progress reports at the completion of each protocol, and in semi-annual reports as described in the section entitled, "Reporting Requirements". In order to facilitate timely transmission of data and information, the Contractor shall establish and maintain a secure, efficient data management system including electronic mail with the Project Officerþs office. The Contractor shall insure that no identifiable data on the compounds and the results of testing will be kept in files open to the public, and the facilities for computer operation, data entry, and file storage are secure from unauthorized access. [NOTE 8 TO OFFEROR: FOR THE PURPOSES OF PREPARING THE BUSINESS PROPOSAL, ASSUME THE FOLLOWING REPORTS WILL BE REQUIRED: O FOUR QUARTERLY REPORTS IN YEAR 1 O TWO SEMI-ANNUAL REPORTS PER YEAR FOR YEARS 2-5 O SIX INTERIM REPORTS PER YEAR DURING YEARS 2-5 THE OFFEROR SHOULD ASSUME FOUR HARD COPIES AND ONE MAGNETIC DISKETTE COPY OF EACH REPORT WILL BE SENT AS DESCRIBED IN THE SECTION þREPORTING REQUIREMENTSþ OF THIS RFP.] 9. The Contractor shall provide to the Project Officer draft copies of manuscripts for publication including abstracts and oral presentations based on data generated under this Contract, and obtain clearance before submitting for publication or presentation. Support from the Government Contract must be acknowledged. The Contractor shall be bound by the same terms as the Government under the Screening and Confidentiality Agreement used by the Division of AIDS. (A copy is appended). 10. The Contractor shall conduct work under this contract in accordance with the following basic references and all related modifications and updates by the Centers for Disease Control and Prevention/NIH and state, Federal, and local regulations. a. Biosafety in Microbiological and Biomedical Laboratory, published by CDC, third edition, May 1993. b. Guide for the Care and Use of Laboratory Animals, NIH Publication No. 86-23, Revised 1985. c. All etiologic agents, blood, and tissue samples shipped under this contract shall be packaged, marked and shipped in accordance with the "Interstate Shipment of Etiologic Agents (42 CFR, Part 72)" revised July 21, 1980 which provides for packaging and labelling requirements for etiologic agents and certain other materials shipped in interstate traffic. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. [NOTE 9 TO OFFEROR: SEE ATTACHMENT 4 FOR THE PHS SAFETY AND HEALTH CLAUSE WHICH WILL BECOME PART OF ANY RESULTANT CONTRACT. A COPY OF THE GUIDE FOR B. ABOVE MAY BE OBTAINED FROM THE INSTITUTE OF LABORATORY ANIMAL RESOURCES, NATIONAL RESEARCH COUNCIL, 2101 CONSTITUTION AVENUE, N.W., WASHINGTON, D.C. 20418, TELEPHONE (202) 334-2000. INFORMATION ON THE REGULATION FOR C. ABOVE MAY BE OBTAINED FROM THE CDC BIOHAZARD CONTROL OFFICER, 1600 CLIFTON ROAD, ATLANTA, GA, 30333, TELEPHONE (404) 639-3883.] 11. By the end of the fourth year, the Contractor shall have developed and submitted a plan or written procedures for an orderly transition of data and samples to a subsequent Contractor or to the Government, subject to Project Officer approval, and shall deliver, if requested by the Project Officer and by the completion date of the Contract, the following items: accurate and updated protocols and databases, original data, preserved strains, samples, and any necessary information related thereto. 12. The Contractþs Principal Investigator and key personnel shall meet with the Project Officer at periodic intervals, to be scheduled after Contract award, to review progress, anticipated or existing problems, and discuss the work to be performed. At least one of the Contractorþs key personnel must attend and present information, at the direction of the Project Officer, on therapies evaluated under the Contract at one NIAID- sponsored meeting per year. [NOTE 10 TO OFFEROR: FOR THE PURPOSE OF PREPARING A BUSINESS PROPOSAL, ASSUME 2 VISITS OF ONE KEY PERSONNEL PER YEAR TO 6003 EXECUTIVE BLVD, ROCKVILLE MD 20852 TO MEET WITH THE PROJECT OFFICER FOR ONE DAY, AND ATTENDANCE OF ONE KEY PERSONNEL FOR FOUR DAYS AT THE ANNUAL MEETING OF THE NATIONAL COOPERATIVE DRUG DISCOVERY GROUPS FOR THE TREATMENT OF OPPORTUNISTIC INFECTIONS TO BE HELD IN THE GREATER WASHINGTON, D.C., AREA. ******************************************************************* ******************************************************************* RFP-NIH-NIAID-DAIDS-97-02 ATTACHMENT 2 4/15/96 DELIVERABLES AND REPORTING REQUIREMENTS --------------------------------------- The Contractor shall submit technical progress reports covering the work accomplished during each reporting period. Distribution of written reports is listed below in E. A. INTERIM PROGRESS REPORTS The Contractor shall submit interim progress reports on magnetic media (3.5 inch diskettes) as computer files using software compatible with that of the Government, (e.g. Microsoft Word (TM) ver. 6.0 for Windows or WordPerfect 6.1 for Windows and Microsoft Excel (TM) ver. 5.0 for Windows, to determined by the Project Officer), formats readable using an IBM-type personal computer, within 21 calendar days of the completion of each protocol or evaluation conducted under Work Statements 1 to 6 to the Project Officer. Four hard copies of each report will also be provided as described below (E. Technical Reports Distribution). The Project Officer may approve alternate forms of transmittal of Interim Reports (such as via modem). It remains the responsibility of the Contractor to assure receipt by the Project Officer of all reports by the established due dates. The Project Officer may require responses to electronic mail described in Work Statement 6. Interim Progress reports shall include the following: 1. Cover page containing: a. Contract number and title; b. Period of performance being reported; c. Contractor's name and address; d. Author (s); e. Date of submission; and f. Interim Progress Report number. 2. Background: purpose of experiment, summary of available information on each therapy which was considered in designing the protocol, chemical structures of compounds tested (if known), and brief description of known biological activity. 3. Study protocol design. 4. Report of results and data from study including tables, graphs, and statistical analyses. 5. Interpretation and brief discussion of data, based on literature and other studies done under Contract, and recommendations for further development or testing of the therapy. The Contractor shall retain the original data obtained under the Contract. The Contractor shall furnish these original data or copies or photographs thereof if requested by the Project Officer. B. QUARTERLY AND SEMI-ANNUAL PROGRESS REPORTS The Contractor shall submit four paper copies of each quarterly progress report during the development phase of the Contract, and four copies of each semi-annual report during the testing phase of the Contract AND one copy on magnetic media (3.5 inch, high density diskettes) as computer files using software compatible with the Government (e.g. Microsoft Word (TM), Version 6.0 or WordPerfect 6.1 for Windows and Microsoft Excel (TM) Version 5.0, to be determined by the Project Officer), formats readable using an IBM-compatible personal computer. It remains the responsibility of the Contractor to assure receipt by the indicated government official listed below of all reports by the established due dates. Reports shall include the following specific information: a. A cover page containing: 1. Contract number and title; 2. Period of performance being reported; 3. Contractor's name and address; 4. Author(s); 5. Date of submission; and 6. Semi-Annual Progress Report number. b. A Table of Contents listing each experiment with page numbers for each section. c. SECTION A: A CONCISE, narrative description of the work performed during the reporting period and the anticipated work plan for the following six months. d. SECTION B: A chronological listing of evaluations performed during the reporting period (supported by reference to the data contained within the Interim Progress Reports described in A), in sufficient detail to identify the protocol employed, significant results, and conclusions. Conclusions from statistical analyses and scientific comparisons of data to previous studies conducted under the Contract and to studies in the published literature shall be included in a concise format. e. SECTION C: Tables of therapies studied during the reporting period IN VITRO and IN VIVO, and tables containing cumulative listings of drugs or therapies studied IN VITRO and IN VIVO during the entire Contract. These should be presented in separate tables and include the name of the therapy (in alphabetical order), concentrations or doses tested, the test system, a concise indication of the relative activity, and the date and number of the Interim Progress Report containing the complete data. f. SECTION D: A brief discussion of problems encountered, their resolution or proposed corrective action, and an explanation of any differences between planned progress and actual progress. g. SECTION E: Copies of manuscripts, abstracts, or presentations (published or unpublished) derived from research under the Contract during the reporting period, and a cumulative list of publications derived from research under the Contract. Semi-Annual progress reports are not due for the period in which the final report falls due. C. OTHER DELIVERABLES. The Contractor, subject to Project Officer approval shall deliver to the Government or its designee by the expiration date of the Contract, the following items (with the exception of item (4) which shall be delivered by the end of the fourth year): (1) A computer-generated listing of accurate and updated information on compound inventory, including activities of the Contractor, data files, original data and any necessary information related thereto; (2) Labeled and inventoried paper files; (3) Any other government-owned property; and (4) The transition plan required in Work Statement #9. D. FINAL REPORT The Contractor shall submit four hard copies of the final report and one copy on magnetic media that provides a summary of the work accomplished since the last semi-annual report and the work accomplished during the entire Contract period. The final report shall be submitted by the completion date of the Contract. A separate semi-annual progress report will not be required for the period when the final report is due. Final reports shall follow the format described above. E. TECHNICAL REPORTS DISTRIBUTION Copies of the written technical reports shall be submitted as follows: Type of No. of REPORT COPIES ADDRESSEE DUE DATES ______ ______ _________ _________ Progress 3* Project Officer quarterly, OIRB, TRP, Div. AIDS semi-annual Solar Bldg, Rm. 2C24 6003 Executive Boulevard (MSC 7620) Bethesda, MD 20892-7620 Progress 1 Contracting Officer quarterly, ACRCS, CMB, DEA, NIAID semi-annual Solar Bldg., Rm. 3C07 6003 Executive Boulevard (MSC 7610) Bethesda, MD 20892-7610 Interim 3* Same as P.O. above within 21 calendar days of the completion of each protocol or evaluation conducted under Work items 1 - 6 Interim 1 Same as C.O. above within 21 calendar days of the completion of each protocol or evaluation conducted under Work items 1 - 6 Final 3* Same as P.O. above by expiration date Final 2 Same as C.O. above by expiration date (*Note: the Project Officer also receives a copy of each of the reports above on a 3.5 inch diskette.) If the Contractor becomes unable to deliver the reports specified hereunder within the period of performance because of unforeseen difficulties, notwithstanding the exercise 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 therefor. E. Other Deliverables. The Contractor, subject to Project Officer approval shall deliver to the Government or its designee by the expiration date of the Contract, the following items (with the exception of item (4) which shall be delivered by the end of the fourth year): (1) A computer-generated listing of accurate and updated information on compound inventory, including activities of the Contractor, data files, original data and any necessary information related thereto; (2) Labeled and inventoried paper files; (3) Any other government-owned property; and (4) The transition plan required in Item #11 of the Work Statement. F. Level of Effort The Government's requirement for the work set forth in the Work Statement of this solicitation is 1,750% direct labor effort. It is estimated that the labor effort is constituted as specified below and will be expended approximately as follows: Labor Effort* 5 YR Category Yr 1 Yr 2 Yr 3 Yr 4 Yr 5 TOTAL -------------------------------------------------------------- Professional 65% 65% 65% 65% 65% 325% Support 285% 285% 285% 285% 285% 1,425% ---- ---- ---- ---- ---- ------ TOTAL 350% 350% 350% 350% 350% 1,750% *EFFORT IN THE ABOVE CHART WAS BASED ON 100% EFFORT = 2,080 HOURS PER YEAR, WHICH INCLUDES HOLIDAYS AND OTHER PAID ABSENCES. IF YOU ARE USING A DIFFERENT BASE, PLEASE STATE THE WORK YEAR USED IN YOUR PROPOSAL. THE ABOVE LEVEL OF EFFORT IS THE GOVERNMENT'S ESTIMATE OF THE EFFORT THAT WILL BE NECESSARY TO SATISFACTORILY ACCOMPLISH THE OBJECTIVE OF THESE STUDIES, AND IT WILL BE USED AS A BASIS FOR NEGOTIATIONS. HOWEVER, YOU CAN PROPOSE DEVIATIONS FROM THIS ESTIMATED LEVEL OF EFFORT, WITH JUSTIFICATION. ******************************************************************* ******************************************************************* RFP-NIH-NIAID-DAIDS-97-02 ATTACHMENT 3 4/15/96 EVALUATION FACTORS FOR AWARD ---------------------------- PROPOSAL EVALUATION CRITERIA The technical portion of the proposal will be the most important single consideration in the award of the Contract and should, therefore, be as complete and specific as possible. The merits of each proposal will be carefully evaluated in terms of requirements, the scientific and administrative capabilities of prospective Contractors in relation to the needs of the project, and the reasonableness of the costs shown in relation to this project. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below. Failure to provide the information required to evaluate the proposal may result in rejection of that proposal without further consideration. In the event that the technical evaluation identifies two or more Offerors of approximately equal technical ability, THEN COST SHALL BECOME A FACTOR IN AWARD. In any event the Government reserves the right to make, or not make, awards to the best advantage of the Government, cost and programmatic priorities considered. It is anticipated that one (1) Contract will be awarded, dependent upon the availability of funds. Award will be based upon the award criteria in this RFP. Below are technical evaluation criteria, listed and weighted in order of their relative importance, which will be used by the technical evaluation review committee to evaluate technical proposals submitted in response to this RFP. PROPOSALS WILL BE JUDGED SOLELY ON THE WRITTEN MATERIAL PROVIDED BY THE OFFEROR. TECHNICAL EVALUATION CRITERIA POINTS A. TECHNICAL APPROACH TO ANIMAL MODELS 40 PTS Offerors will be evaluated on the basis of suitability, technical adequacy, feasibility, and ability to develop alternative strategies as described in detail in their technical approach. Specific points of consideration are: 1. QUALITY AND FEASIBILITY OF THE RESEARCH PLAN FOR E. BIENEUSI MOUSE MODEL DEVELOPMENT, INCLUDING IMPROVING, STANDARDIZING, AND VALIDATING A PROPOSED MOUSE MODEL OF E. BIENEUSI INFECTION AND PROTOCOL TO TEST THERAPIES AGAINST ESTABLISHED INFECTIONS. (25 PTS) Points to consider include: o Quality of plans to assess the modelþs reproducibility, standardization, validation; o Approximation of the model to the spectrum of clinical disease seen in AIDS; o Selection of appropriate, quantitative, unambiguous indicators and methods to assess morbidity, therapeutic efficacy, and general toxicity; o Extent to which a feasible timetable, supported by detailed plans, convincingly indicates that the Contract milestones can be achieved; o Understanding of the limitations of the proposed systems and adequacy of suggested solutions. 2. AVAILABILITY AND TECHNICAL ADEQUACY OF THE PROPOSED ALTERNATIVE MODEL AND PROTOCOL UTILIZING AN ALTERNATIVE SPECIES OF MICROSPORA FOR TESTING NEW THERAPIES. (15 PTS) Points to consider include: o Justification for selection including approximation to the clinical disease seen in AIDS, and the documented availability of model; o Selection of appropriate, quantitative, unambiguous indicators of morbidity, therapeutic efficacy, and toxicity; o Suitability, i.e. standardization, reproducibility, practicality, adequacy of positive control, testing capacity; o Quality of validation, data analysis, statistical approach (e.g. as for an IND application); o Understanding limitations and potential problems of alternative model and adequacy of suggested solutions. .o Quality of research plans to continue improving, modifying, or further characterizing the alternative model and the protocol. B. TECHNICAL APPROACH TO IN VITRO TEST SYSTEMS 30 PTS 1. QUALITY OF RESEARCH PLANS TO DEVELOP, IMPROVE, STANDARDIZE, AND VALIDATE A PROPOSED IN VITRO SYSTEM TO TEST NEW THERAPIES AGAINST E. BIENEUSI. (15 PTS) Points to consider include: o Quality of plans to develop the proposed system in terms of suitability and validation criteria; o Adequacy of selected indicators and methods to assess efficacy and cytotoxicity; o Understanding the limitations of the proposed system and adequacy of suggested solutions; o Extent to which a feasible timetable, supported by detailed plans, convincingly indicates that the Contract milestones can be achieved. 2. QUALITY OF THE PROPOSED IN VITRO TEST SYSTEM AND PROTOCOL UTILIZING AN ALTERNATIVE SPECIES OF MICROSPORA. (15 PTS) Points to consider include: o Justification of selection and documented availability of test system with demonstrated utility for testing therapies for microsporidiosis; o Suitability for testing, i.e. standardization, reproducibility, practicality, adequacy of positive control, testing capacity; o Selection of appropriate, quantitative, unambiguous indicators of therapeutic efficacy and cytotoxicity; o Quality of validation, data analysis, statistical approach (e.g. as for an IND application); o Quality of research plans to continue improving, modifying, or further characterizing the alternative IN VITRO model and the protocol; o Understanding limitations and potential problems of the alternative model and adequacy of suggested solutions. C. PERSONNEL AND ADMINISTRATIVE FRAMEWORK 20 PTS 1. PRINCIPAL INVESTIGATOR: (10 PTS) o Relevance and quality of recent work, education, training, management experience, and documented availability for the proposed project; o Past experience with E. BIENEUSI and demonstrated success in developing models to study microsporidia; o Demonstrated capability to evaluate therapies and appropriately modify test systems and protocols. 2. OTHER PERSONNEL AND ADMINISTRATIVE FRAMEWORK. (10 PTS) o Relevance and extent of experience of other professional and research technical and support staff and their documented capability to conduct proposed studies; o Logistical adequacy of the staffing plan for the conduct of the project, including the time commitment and documented availability of the professional and technical staff; o Logistical adequacy of the proposed administrative framework, including lines of authority and plan for maintaining quality control over the implementation and operation of the Contract. D. FACILITIES AND RESOURCES 10 PTS o Documented availability of adequate facilities (office, computer, and laboratory space), equipment, and resources necessary to meet the requirements of the RFP; NOTE: A detailed floor plan of the proposed facility which shows location of the equipment and resources to be DEDICATED to this project SHOULD be provided. o Documented source and availability of the animals, the species and strain(s) of microsporidial parasites, and specialized reagents described in the technical proposal; o Documentation of adequate facilities to receive and store compounds, and maintain their stability. Adequacy of plans for compliance with all safety guidelines and regulations, including training and monitoring of personnel for exposure to hazardous reagents and safe disposal of such reagents. TOTAL POINTS: 100 ******************************************************************* ******************************************************************* RFP-NIH-NIAID-DAIDS-97-02 ATTACHMENT 4 4/15/96 II. SPECIFIC RFP INSTRUCTIONS AND PROVISIONS --------------------------------------------- NOTICE TO OFFERORS: This attachment contains proposal instructions and information which 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 5, "Applicable RFP References." 1. SIC CODE AND SMALL BUSINESS SIZE STANDARD (NIH 3150) (JUN 1988) Note: The following information is to be used by the Offeror in preparing its Representations and Certifications (See Attachment 5, item 4. of this RFP.), specifically in completing the provision entitled, SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 1995), FAR 52.219- 1: (a) The standard industrial classification (SIC) code for this acquisition is 8733. (b) (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. (c) This requirement is NOT Set-Aside for Small Business. However, the Federal Acquisition Regulation (FAR)requires in every solicitation (except for foreign acquisitions) the inclusion of the Standard Industrial Classification (SIC) Code and corresponding size standard which best describes the nature of the requirement in the solicitation. 2. NUMBER AND TYPE OF AWARD(S)(NIH 2980) (APR 1984) It is anticipated that one (1) award will be made from this solicitation and that award will be made on or about July 15, 1997. It is anticipated that the award from this solicitation will be multiple-year cost reimbursement type level-of-effort Contract with a period of performance of 5 years, and that incremental funding will be used [see paragraph (6) of Business Proposal Instructions, in the "Standard RFP Instructions and Provisions" of the Gopher RFP]. 3. LEVEL OF EFFORT The Government's requirement for the work set forth in the Work Statement of this solicitation is 1,750% direct labor effort. It is estimated that the labor effort is constituted as specified below and will be expended approximately as follows: Labor Effort* 5 YR Category Yr 1 Yr 2 Yr 3 Yr 4 Yr 5 TOTAL -------------------------------------------------------------- Professional 65% 65% 65% 65% 65% 325% Support 285% 285% 285% 285% 285% 1,425% ---- ---- ---- ---- ---- ------ TOTAL 350% 350% 350% 350% 350% 1,750% *EFFORT IN THE ABOVE CHART WAS BASED ON 100% EFFORT = 2,080 HOURS PER YEAR, WHICH INCLUDES HOLIDAYS AND OTHER PAID ABSENCES. IF YOU ARE USING A DIFFERENT BASE, PLEASE STATE THE WORK YEAR USED IN YOUR PROPOSAL. THE ABOVE LEVEL OF EFFORT IS THE GOVERNMENT'S ESTIMATE OF THE EFFORT THAT WILL BE NECESSARY TO SATISFACTORILY ACCOMPLISH THE OBJECTIVE OF THESE STUDIES, AND IT WILL BE USED AS A BASIS FOR NEGOTIATIONS. HOWEVER, YOU CAN PROPOSE DEVIATIONS FROM THIS ESTIMATED LEVEL OF EFFORT, WITH JUSTIFICATION. 4. 52.233-2 SERVICE OF PROTEST (NOV 1988) (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO) or the General Services Administration Board of Contract Appeals (GSBCA), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from: Mr. Bruce Anderson Hand-Carried Address: NIH/NIAID Contract Management Branch Solar Building, Room 3C07 6003 Executive Boulevard Rockville, Maryland 20852-7610 Mailing Address: NIH/NIAID Contract Management Branch Solar Building, Room 3C07 6003 Executive Boulevard MSC 7610 Bethesda, Maryland 20892-7610 (b) The copy of any protest shall be received in the office designated above on the same day a protest is filed with the GSBCA or within one day of filing a protest with the GAO. 5. PACKAGING AND DELIVERY OF THE PROPOSAL (NIH 2995) (JUL 1994) Shipment and marking shall be as indicated below: External Package Marking: ________________________ In addition to the address cited below, mark each package as follows: RFP No. NIH-NIAID-DAIDS-97-02 TO BE OPENED BY AUTHORIZED GOVERNMENT PERSONNEL ONLY Number of Copies: ________________ TECHNICAL PROPOSAL: ORIGINAL AND 20 COPIES BUSINESS PROPOSAL: ORIGINAL AND 5 COPIES If hand delivered or delivery service ------------------------------------- Phillip Hastings Contract Specialist Contract Management Branch DEA, NIAID, NIH Solar Building, Room 3C07 6003 Executive Boulevard Rockville, Maryland 20852-7610 If using U.S. Postal Service ---------------------------- Phillip Hastings Contract Specialist Contract Management Branch DEA, NIAID, NIH Solar Building, Room 3C07 6003 Executive Boulevard MSC 7610 Bethesda, Maryland 20892-7610 * THE ORIGINALS MUST BE READILY ACCESSIBLE FOR DATE STAMPING PURPOSES 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" and handled in accordance with PHSAR 352.215-10 LATE PROPOSALS, MODIFICATIONS OF PROPOSALS AND WITHDRAWALS OF PROPOSALS (NOV 1986). 6. PHS 352.223-70 SAFETY AND HEALTH (APRIL 1984) (a) In order to provide safety controls for protection to the life and health of employees and other persons; for prevention of damage to all property; and for avoidance of work interruptions in the performance of the Contract; the Contractor will consult, comply with, and include in all applicable subcontracts, the following standards, as appropriate: (1) Biosafety in Microbiological and Biomedical Laboratories, U.S. Department of Health and Human Services, Centers for Disease Control (CDC) and the NIH, HHS Pub. No. (CDC) 93-8395. (2) Recommendations for Prevention of HIV Transmission in Health-Care Settings, Morbidity and Mortality Report, August 21, 1987, Vol. 35, No. 2S. (3) Update: Universal Precautions for Prevention of Transmission of Human Immunodeficiency Virus, Hepatitis B Virus, and Other Bloodborne Pathogens in Health-Care Settings. Morbidity and Mortality Weekly Report, June 24, 1988, Vol. 37, No. 24. (4) Agent Summary Statement for Human Immunodeficiency Viruses (HIV); Included are GTLV-III, LAV, HIV-1, and HIV-2. Morbidity and Mortality Weekly Report, April 1, 1988, Vol. 37, No. S4. (5) Recommendations for the Safe Handling of Parenteral Antineoplastic Drugs, NIH Publication No. 83-2621. (6) NIH Guidelines for the Laboratory Use of Chemical Carcinogens, NIH Publication No. 81-2385. The above, (1) - (6), may be obtained from: Division of Safety Office of Research Services National Institutes of Health Building 31, Room 1CO2 31 CENTER DR MSC 2260 BETHESDA, MARYLAND 20892-2260 (7) Guidelines for Research Involving Recombinant DNA Molecules (49 FR 46266 or latest revision) and Administrative Practices Supplement. These may be obtained from: Office of Recombinant DNA Activities Office of Science Policy and Legislation National Institutes of Health Building 31, Room B1C34 31 CENTER DR MSC 2250 BETHESDA, MARYLAND 20892-2250 (8) Procedures for the Domestic handling and Transport of Diagnostic Specimens and Etiologic Agents, National Committee for Clinical Laboratory Standards, July 17, 1985, Vol. 5. This may be obtained from: National Committee for Clinical Laboratory Standards 771 East Lancaster Avenue Villanova, Pennsylvania 19085 Further, the Contractor shall take or cause to be taken such additional safety measures as the Contracting Officer may determine to be reasonably necessary; Provided, that if compliance with such additional safety measures results in a material increase in the cost or time of performance of the Contract, an equitable adjustment will be made in accordance with the clause of this Contract entitled "Changes." (b) Prior to commencement of work, the Contractor will submit in writing its plan for complying with the safety and health provisions of this Contract, and will meet with the Contracting Officer or his/her designated representative to discuss and develop a mutual understanding relative to administration of the overall safety program. (c) During the performance of work under this Contract, the Contractor shall comply with all procedures prescribed by the Contracting Officer for the control and safety of persons visiting the job site and will comply with such requirements to prevent accidents as may be prescribed by the Contracting Officer. (d) The Contractor will maintain an accurate record of, and report to the Contracting Officer in such manner as the Contracting Officer may prescribe, all accidents and incidents resulting in death, traumatic injury, occupational disease, and/or damage to all property incident to work performed under the Contract. (e) The Contracting Officer shall notify (if otherwise, confirm in writing) the Contractor of any noncompliance with the provisions of this clause and corrective action to be taken. After receipt of such notice, the Contractor shall immediately take such corrective action. (Such notice, when delivered to the Contractor or its representative at the site of the work, shall be deemed sufficient for the purpose.) If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop order shall be the subject of claim for extension of time or for costs or damages by the Contractor. (f) The Contractor shall insert the substance of this clause in each subcontract involving the use of hazardous materials or operations. Compliance with the provisions of this clause by subcontractors will be the responsibility of the Contractor. 7. 52.227-6 ROYALTY INFORMATION(APR 1984) (a) Cost or charges for royalties. When the response to this solicitation contains costs or charges for royalties totaling more than $250, the following information shall be included in the response relating to each separate item of royalty or license fee: (1) Name and address of licensor. (2) Date of license agreement. (3) Patent numbers, patent application serial numbers, or other basis on which the royalty is payable. (4) Brief description, including any part or model numbers of each Contract item or component on which the royalty is payable. (5) Percentage or dollar rate of royalty per unit. (6) Unit price of Contract item. (7) Number of units. (8) Total dollar amount of royalties. (b) Copies of current licenses. In addition, if specifically requested by the Contracting Officer before execution of the Contract, the Offeror shall furnish a copy of the current license agreement and an identification of applicable claims of specific patents. 8. TECHNICAL PROPOSAL TABLE OF CONTENTS/FORMAT (NOTE: INSTRUCTIONS TO OFFERORS ARE INDICATED IN PARENTHESES OR AS FOOTNOTES.) SECTION # PAGE # --------- ------ 1. TECHNICAL PROPOSAL COVER SHEET (Format in Section C of Gopher RFP: FORMS, FORMATS, ATTACHMENTS) ............. 1 2. TECHNICAL PROPOSAL TABLE OF CONTENTS .................... 2 3. SUMMARY OF OBJECTIVES AND METHODS* ...................... 3 4. TECHNICAL PLAN** (Refer to Technical Proposal Instructions, Section C.1., Standard RFP Instructions and Provisions, Gopher RFP for more detail) a. WORK STATEMENT 1. Objectives ...................................... 4 2. Approach .......................................____ 3. Methods ........................................____ 4. Schedule .......................................____ b. RESOURCES AND DIRECT COSTS (list/describe all equip- ment, facilities and other resources available for this project; attach "Technical Proposal Cost Information" form, and marked laboratory floor plan in Section 6, below)...............................____ c. 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 (technical support/ subcontractors/consultants) .......................____ Note: For personnel, include resumes and the form entitled "Summary of Current and Proposed Activities" under Sections 5 and 6 below. d. OTHER CONSIDERATIONS (provide brief narrative of any unique arrangements, safety procedures in place, animal welfare issues etc.)..............____ 5. APPENDICES (Literature citations, Protocols, Resumes policy manuals, etc. for above Technical Plan); list each Appendix; Appendices must be clear and legible, and easily located......................................____ 6. OTHER ATTACHMENTS: a. "Summary of Current and Proposed Activities" (All key personnel must be listed on this form; it is located in the FORMS, FORMATS, ATTACHMENTS Directory found in Section C, Gopher RFP)..........____ b. "Technical Proposal Cost Information" form (located in Section C, Gopher RFP, FORMS, FORMATS, & ATTACHMENTS).......................................____ c. Laboratory Design and Floor Plan (clearly indicate the space available for this Project)............ .____ *State the proposal's broad, long-term objectives and specific aims. Briefly and concisely describe the research design and methods for achieving these goals (limit to one page). ** Sections 4.a. through 4.d. above MUST NOT EXCEED 50 PAGES (this does not include copies of resumes and any required forms, but only the NARRATIVE description of the Technical Plan). The front side of a page equals one page (front and back of a page equals two pages). 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. *********************************************************** 9. PROPOSAL INTENT RESPONSE SHEET PROPOSAL INTENT --------------- RFP No.:NIH-NIAID-DAIDS-97-02 PLEASE REVIEW THE ATTACHED REQUEST FOR PROPOSAL. FURNISH THE INFORMATION REQUESTED BELOW AND RETURN THIS PAGE BY THE EARLIEST PRACTICABLE DATE. YOUR EXPRESSION OF INTENT IS NOT BINDING BUT WILL GREATLY ASSIST US IN PLANNING FOR PROPOSAL EVALUATION. __________________________________________________________________ [] DO INTEND TO SUBMIT A PROPOSAL FOR THE FOLLOWING: ____________________________________________________ ____________________________________________________ [] DO NOT INTEND TO SUBMIT A PROPOSAL FOR THE FOLLOWING REASONS: ____________________________________________________ TYPED NAME AND TITLE: ______________________________ INSTITUTION:________________________________________ SIGNATURE:__________________________________________ TELEPHONE NO.:______________________________________ DATE: ______________________________________________ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - COLLABORATORS/CONSULTANTS - Provide name(s) and institution(s): (Continue list on reverse if necessary) ________________________________________________________________ ________________________________________________________________ RETURN TO: CMB, NIAID, NIH Solar Building, Room 3C07 6003 Executive Boulevard MSC 7610 Bethesda, Maryland 20892-7610 Attn: Phillip Hastings RFP NIH-NIAID-DAIDS-97-01 Fax # 301/402-0972 PLEASE RETURN BY JULY 15, 1996 *********************************************************** ******************************************************************* RFP-NIH-NIAID-DAIDS-97-02 ATTACHMENT 5 4/15/96 III. APPLICABLE RFP REFERENCES ------------------------------- This section identifies the items located in the Gopher directory "C. RFP REFERENCES" that are applicable to this RFP. 1. The entire file entitled "STANDARD RFP INSTRUCTIONS AND PROVISIONS" is applicable to this RFP, except as otherwise may be modified by the inclusion of an item from the "OPTIONAL RFP INSTRUCTIONS AND PROVISIONS". 2. The following items are applicable from the file entitled" OPTIONAL RFP INSTRUCTIONS AND PROVISIONS": (1) LATE PROPOSALS, MODIFICATIONS OF PROPOSAL, AND WITHDRAWALS OF PROPOSALS, PHS 352.215-10 (2) NOTICE TO OFFERORS OF REQUIREMENT FOR ADEQUATE ASSURANCE OF PROTECTION OF VERTEBRATE ANIMAL SUBJECTS (SEP 1985), PHSAR 352.280-2(a) (3) SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN [NOTE: A Subcontracting Plan is not due with the initial proposal. The Contracting Officer will notify Offerors if a plan becomes due.] 3. The following items are applicable from the subdirectory entitled "FORMS, FORMATS, AND ATTACHMENTS": Applicable to Technical Proposal -------------------------------- (1) Technical Proposal Cover Sheet (2) Technical Proposal Cost Information, Dec 1988 (3) Summary of Current and Proposed Activities, July 1995 Applicable to Business Proposal ------------------------------- (4) Contract Pricing Proposal, SF-1411, (Rev. 10/95) (5) Proposal Summary and Data record, NIH-2043 (Rev. 6/82) (6) Business Proposal Cost Information (7) Disclosure of Lobbying Activities, OMB SF-LLL To Become Contract Attachments ------------------------------ (8) Invoice/Financing Requests Instructions for NIH Cost- Reimbursement Type Contracts, NIH(RC)-1, JUN 1992 (9) Instructions for Completing Form NIH 2706 (Financial Report (10) Procurement of Certain Equipment, NIH(RC)-7 Other - to be submitted as directed by Contracting Officer ---------------------------------------------------------- (11) Certificate of Current Cost or Pricing Data, NIH-1397 (12) Subcontracting Plan Format 4. The Representations and Certifications are applicable. 5. The "Sample Contract Format-General" is applicable. ******************************************************************* ******************************************************************* RFP-NIH-NIAID-DAIDS-97-02 ATTACHMENT 6 4/15/96 IV. AGREEMENT FOR SUBMITTING PRODUCTS TO THE DIVISION OF AIDS [SAMPLE] SCREENING AGREEMENT FOR SUBMITTING PRODUCTS TO THE DIVISION OF ACQUIRED IMMUNODEFICIENCY SYNDROME (AIDS), NATIONAL INSTITUTE OF ALLERGY AND INFECTIOUS DISEASES, HEREAFTER REFERRED TO AS THE DIVISION, BY _____________________________________________________________, HEREAFTER REFERRED TO AS THE SUPPLIER. 1. The SUPPLIER may supply products, patented or unpatented, to the DIVISION which may proceed to screen and test for possible treatment for AIDS and associated opportunistic infections including tuberculosis. These products are to be used for screening and testing as anti-viral, anti-bacterial, anti- fungal, anti-parasitic, immunomodulating, and biological modifying agents with potential for the treatment of AIDS and associated infections, and for no other purpose. 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. 2. In order to facilitate records keeping and handling of confidential materials, the DIVISION utilizes the following procedures: a. The SUPPLIER shall forward to the [INSERT BRANCH NAME] of the DIVISION the products to be tested together with data sheets in duplicate for each product, giving pertinent available data as to chemical constitution, solubility, toxicity, previous biological efficacy and any precautions which need to be followed in handling, storing, and shipping. b. It is clearly understood that no data about the products and the results of the testing will be kept in files open to the public either by the DIVISION, the testing laboratories, or the data processing activities. Only those employees directly engaged in the operation of the DIVISION will have access to the files of information regarding source and nature of confidential materials and [SAMPLE] results of testing, except as required pursuant to the Freedom of Information Act, 5 U.S.C.552. c. Whenever possible the SUPPLIER will be given the choice of the DIVISION's Contract testing laboratories, although at present there is no preference; and it is understood that the DIVISION reserves the right to send the SUPPLIER's products to another screening Contractor if the need arises. It is furthermore understood that the Contracts between the DIVISION and the testing laboratories will contain provisions to safe guard the SUPPLIER's rights under this Agreement. d. Because the DIVISION's screening effort will be accomplished in collaboration with the DIVISION's scientific staff and academic collaborators, as well as the SUPPLIER's own staff, the DIVISION will work in concert to assure rapid ongoing communications of screening data to the SUPPLIER, and the SUPPLIER will in turn use its best efforts to keep the DIVISION informed on the SUPPLIER's own ongoing concomitant studies. 3. Although the SUPPLIER recognizes that the interchange of information is generally desirable in the field of treatment for AIDS, it is mutually understood that the SUPPLIER, in voluntarily supplying appropriately marked information deemed proprietary, including product and information regarding this product hereunder, is entitled to protection for any such technical information it may furnish. a. It is understood and agreed to, subject to applicable law, that the SUPPLIER shall retain all rights to those compounds or products in which the SUPPLIER has a proprietary interest. The SUPPLIER understands that Contractors have the right to elect to retain title to inventions made under NIAID-supported Contracts [37 CFR 401.14(b)]. The SUPPLIER deserves the right to reach an agreement with these Contractors concerning the disposition of these intellectual property rights. The DIVISION agrees to notify the SUPPLIER of the names of the Contractors prior to submitting compounds or products to them. [SAMPLE] Subject notwithstanding, to the provision that, with respect only to those drugs which have been determined by means of the various screening and testing processes to possess such significant activity (strong potential to be scheduled for clinical trial by the DIVISION, using mutually approved protocols), the Government shall have a royalty-free, irrevocable, nonexclusive license for clinical trials under any patent which the SUPPLIER may have or obtain on such compound or product or on a process for use of such compound or product, to manufacture and/or use by or for the Government the invention(s) claimed by the patent(s) only for medical research purposes related to or connected with the treatment of AIDS and associated infections including tuberculosis. b. The DIVISION agrees that the publication of biological data on products provided by the SUPPLIER is worthwhile and shall be encouraged. Specifically: (1) With regard to screening results on compounds in which the SUPPLIER has a proprietary interest, and that the DIVISION deems significant for the research on therapies for AIDS and associated infections including tuberculosis, the SUPPLIER agrees that the DIVISION may publish or otherwise publicly disclose such results after a period of 6 months from the date of final reporting of screening and testing results to the SUPPLIER in order for patent applications to be filed. The DIVISION will consult with the SUPPLIER prior to publication within this period on screening and testing results. (2) For all other compounds, the SUPPLIER will consult with the DIVISION prior to publishing screening data along with the available biological and physical data; such consent shall not be unreasonably withheld. (3) In no case will the DIVISION publish information identifying the SUPPLIER as the source of the compound without written approval. [SAMPLE] c. As soon as tests are completed and reported to the [INSERT BRANCH NAME] of the DIVISION, the SUPPLIER will receive from the DIVISION a full report including all screening data. The products scheduled for clinical trial, referred to herein, shall be designated by the DIVISION, and the aforementioned report will specify the compounds so selected. The [INSERT BRANCH NAME] of the DIVISION shall be consulted whenever the SUPPLIER desires to include screening data in a publication, and appropriate credit shall be given to the U.S. Public Health Service. 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. _____________________________________ Name (Signature) Director, Division of AIDS NIAID, NIH _______________________ ________________________ Date Title ________________________ Organization ________________________ _________________________ Address _________________________ Date [SAMPLE] *******************************************************************