RFP No. NIH-NIAID-DAIDS-97-01 Title: PRECLINICAL EVALUATION OF THERAPIES FOR MYCOBACTERIUM AVIUM INFECTION Issued by: Joyce Sagami 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-97-01) for a PRECLINICAL EVALUATION OF THERAPIES FOR MYCOBACTERIUM AVIUM 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 Joyce Sagami, 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 MS. JOYCE SAGAMI, CONTRACT SPECIALIST, OF THE NIAID CONTRACTING OFFICE AT THE FOLLOWING INTERNET ADDRESS: js73b@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 Joyce Sagami. 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-97-01." If you have any additional questions regarding this RFP, please contact Joyce Sagami at the internet electronic mail address js73b@nih.gov, by phone at 301/496-7118, 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-97-01 I. STREAMLINED RFP ------------------- ATTACHMENT 1 4/15/96 INTRODUCTION ------------ The opportunistic infections (OIs) associated with AIDS account for the vast majority of all AIDS-related deaths and significantly influence the quality of life of HIV-infected patients. The management of OIs in AIDS patients is often difficult and complicated due to simultaneous infections with other OIs, toxicity and adverse side effects of therapeutic agents, long-term drug use leading to patient intolerance or pathogen drug resistance, occurrence of relapses after discontinuation of therapy, and lack of effective therapies. The NIAID has taken the lead in supporting OI drug development efforts by providing contract resources for efficacy evaluations in animals, a critical component in new drug approval. The complexities of the animal models for certain OIs have limited the access of the scientific community to evaluation systems capable of identifying new classes of drugs with anti-OI activity. Through the Opportunistic Infections Research Branchūs OI drug development contract program, efficacy evaluations will continue to be available to individual scientific investigators, to participants in the National Cooperative Drug Discovery Group Program for the Treatment of Opportunistic Infections associated with AIDS (NCDDG- OI), and to private companies who have limited evaluation capabilities. The availability of these test systems will allow the Division of AIDS (DAIDS) to provide critical support for investigator-initiated drug discovery, to stimulate private sector sponsorship of new drugs, to perform comparison (or confirmatory) studies from different sponsors, and to provide information for selection of anti-OI drug candidates for design of clinical studies. MYCOBACTERIUM AVIUM complex (MAC) is the most common systemic opportunistic bacterial infection in patients with AIDS. The infection contributes significantly to morbidity and shortens survival. Clinically, MAC is a late-stage HIV-related disease. Disseminated MAC infection is generally characterized by extremely high tissue burden of the organism coupled with nonspecific symptoms including fever, night sweats, weight loss, weakness, and anorexia. Diarrhea, malabsorption, and abdominal pain are symptomatic of gastrointestinal involvement; enlargement of the liver and spleen is common. As with other mycobacterial diseases, treatment requires a multiple-drug therapeutic regimen; however, present treatment regimens have limited effectiveness and rarely result in a clearing of the organism. Treatment is usually continued for life. The discovery and development of effective agents that could be used to cure and prevent this disease is needed, especially in AIDS patients. The animal model most widely used to evaluate therapeutic agents against MAC is the beige mouse, a strain lacking both T cells and natural killer cells. The model is used extensively for the assessment of therapeutic potency of promising drugs, immunomodulators, and their combinations. For the disease caused by Mycobacterium Avium complex, new therapies are urgently required but few candidate drugs are under development by the private sector. At the present time, NIAID has an animal model contract which is scheduled to end on July 22, 1997, to evaluate agents for Mycobacterium Avium complex. The current animal model contractor is: California Pacific Medical Center Research Institute (formerly Medical Research Institute of San Francisco): Evaluation of Therapies for Treatment of MYCOBACTERIUM AVIUM, N01-AI-25140. IT IS ANTICIPATED THAT ONE CONTRACT WILL BE AWARDED, DEPENDENT UPON AVAILABILITY OF FUNDS. THE GOVERNMENT RESERVES THE RIGHT TO MAKE OR NOT MAKE AWARDS BASED UPON PROGRAMMATIC PRIORITIES AND AVAILABILITY OF FUNDS. ------------------------------------------------------------------- ------------------------------------------------------------------- [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 MUST PROVIDE NECESSARY FACILITIES, INCLUDING ALL MAJOR EQUIPMENT, ANIMALS (WELFARE ASSURANCES), AND CAPABILITIES TO PERFORM ALL THE FUNCTIONS OF THE WORK STATEMENT. 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 THIS 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 #8 OF THE WORK STATEMENT.) IF A SUBCONTRACTOR IS PROPOSED, SIMILAR TECHNICAL INFORMATION SHALL 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 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, the Contractor shall: 1. Evaluate therapeutic agents to be supplied and/or approved by the Project Officer for efficacy against MYCOBACTERIUM AVIUM in a standardized, validated mouse model test system. During the term of the contract, the Contractor shall use his/her best efforts to identify and propose agents to the Project Officer for evaluation. The primary evaluation system shall include the following: a. Quantitative assessments which detect statistically valid differences between treatment groups of animals, specifically as indicators of the numbers of MYCOBACTERIUM AVIUM present in blood and tissues (including liver and spleen) of infected animals; b. Microbiological analyses, including but not limited to, special stains and cultures to document the purity, severity, and location of the animal infection; c. Appropriate observations and measures of general toxicity, to include body weight and daily assessment of appearance and general health, obtained during efficacy studies; d. Relevant strains of MYCOBACTERIUM AVIUM; e. A standardized, validated protocol for testing new therapies against an established infection of M. AVIUM with a proven agent identified as a positive control drug. [NOTE 1 TO OFFEROR: THE OFFEROR SHOULD AT THE TIME OF THE PROPOSAL, HAVE AVAILABLE A MOUSE TESTING SYSTEM, INCLUDING RELEVANT MYCOBACTERIAL STRAINS, SUITABLE FOR EVALUATION OF THERAPIES WITH POTENTIAL FOR TREATMENT OF MYCOBACTERIUM AVIUM INFECTIONS IN HUMANS. THE OFFEROR SHOULD PROVIDE DOCUMENTATION OF THE TEST SYSTEMS WHICH WILL BE EMPLOYED TO CONFIRM THE MICROBIOLOGICAL PURITY OF THE EXPERIMENTAL INFECTION AND THE ABSENCE OF OTHER PATHOGENIC MICROORGANISMS. THE PROPOSED TEST SYSTEM SHOULD APPROXIMATE THE CLINICAL MANIFESTATIONS OF THE INFECTION AS IT OCCURS IN AIDS, OR SHOULD HAVE DOCUMENTED UTILITY AS A MODEL OF DRUG EFFICACY IN HUMAN DISEASE. THE OFFEROR SHOULD DISCUSS IN THE PROPOSAL ANY LIMITATIONS AND POTENTIAL PROBLEMS OF THE PROPOSED PRIMARY MODEL AND ANY SUGGESTED SOLUTIONS TO BE PERFORMED UNDER ITEM #5 OF THE WORK STATEMENT. PROTOCOLS SHOULD BE DESIGNED TO TEST THE EFFICACY OF AN AGENT AGAINST AN ESTABLISHED INFECTION. TECHNICAL PROPOSALS SHOULD PROVIDE DOCUMENTATION OF AND DATA SUPPORTING THE REPRODUCIBILITY, STANDARDIZATION, AND VALIDATION OF THE PROPOSED PRIMARY MODEL, A SAMPLE OF A DRUG EVALUATION PROTOCOL, AND THE POSITIVE CONTROL DRUG. EVALUATION CRITERIA WILL CONSIDER THE INVESTIGATORūS EXPERIENCE WITH THIS AND SIMILAR SYSTEMS, FACILITIES, AVAILABILITY OF ORGANISMS, ANIMALS, AND REAGENTS, AND PUBLICATION RECORD IN THIS FIELD. AT THE PRESENT TIME, THE GOVERNMENT DOES NOT KNOW HOW MANY THERAPIES (E.G., COMPOUNDS) WILL BE EVALUATED. ASSUME THAT MOST THERAPIES WILL BE OBTAINED BY THE GOVERNMENT THROUGH CONFIDENTIALITY AGREEMENTS WITH SUPPLIERS AND EVALUATED BY THE CONTRACTOR UNDER THE TERMS OF SAID AGREEMENTS. FOR PURPOSES OF PREPARING A COST PROPOSAL, THE OFFEROR SHOULD NOT INCLUDE COSTS OF COMPOUND ACQUISITION EFFORTS, BUT SHOULD ASSUME THAT A TOTAL OF 30 INDIVIDUAL COMPOUNDS AT 4 DOSAGES PER COMPOUND WILL BE EVALUATED PER YEAR, AND THAT EACH EVALUATION WILL CONSIST OF 15 GROUPS OF ANIMALS TREATED AS FOLLOWS: o 3 TEST COMPOUNDS AT 4 DOSAGES EACH ADMINISTERED TWICE A DAY; o A POSITIVE CONTROL, I.E., A THERAPY WITH DEMONSTRATED EFFICACY FOR ANIMAL MYCOBACTERIUM AVIUM INFECTION, o A NEGATIVE CONTROL, I.E., INFECTED ANIMALS RECEIVING NO THERAPY, AND o 1 TOXICITY CONTROL GROUP, I.E., UNINFECTED ANIMALS THAT RECEIVE THE HIGHEST DOSAGE OF DRUG FOR THE DURATION OF THE PROTOCOL.] 2. Perform additional studies as specified by the Project Officer for evaluation of promising therapies in the primary mouse model test system and in alternative model systems. These studies shall include, but not limited to: a. Evaluation of therapies in combination; b. Determination of optimal dosages, routes and schedules of administration; c. Drug efficacy evaluations in prophylaxis protocols. [NOTE 2 TO OFFEROR: THE OFFEROR SHOULD, AT THE TIME OF PROPOSAL, HAVE AVAILABLE LABORATORY AND MOUSE SYSTEMS, INCLUDING RELEVANT MYCOBACTERIAL STRAINS, SUITABLE FOR THESE ADDITIONAL STUDIES. THE OFFEROR SHOULD DESCRIBE IN DETAIL THE TECHNICAL APPROACH, MODELS, PROTOCOLS, AND DATA ANALYSIS PROPOSED FOR THESE STUDIES, AND PROVIDE DOCUMENTATION OF THE STANDARDIZATION AND REPRODUCIBILITY OF ANY ALTERNATIVE MODEL SYSTEMS PROPOSED. AT THE PRESENT TIME, THE GOVERNMENT DOES NOT KNOW HOW MANY ADDITIONAL STUDIES WILL BE NEEDED. FOR PURPOSES OF PREPARING A COST PROPOSAL, THE OFFEROR SHOULD ASSUME THAT 2 THERAPIES PER YEAR WILL REQUIRE STUDIES 2.A., 2.B., AND 2.C. AS DESCRIBED BELOW: A. EVALUATION OF 2 INDIVIDUAL DRUGS IN COMBINATION AT 3 DOSAGES FOR TREATMENT EFFICACY; B. COMPARISON EFFICACY OF 3 DOSAGE LEVELS ADMINISTERED TWICE PER DAY BY GAVAGE AND BY INTRAVENOUS OR INTRAPERITONEAL INJECTION; C. EVALUATION OF THE PROPHYLACTIC EFFICACY OF INDIVIDUAL DRUGS AT 3 DOSAGE LEVELS COMPARED TO A POSITIVE CONTROL THERAPY AND A NEGATIVE CONTROL.] 3. Evaluate therapeutic agents as specified by the Project Officer for efficacy against MYCOBACTERIUM AVIUM in standardized, reproducible, and validated IN VITRO culture and intracellular test systems, and provide a quantitative assessment of cytotoxicity of the test therapies. [NOTE 3 TO OFFEROR: THE OFFEROR SHOULD, AT THE TIME OF PROPOSAL, HAVE AVAILABLE IN VITRO SYSTEMS SUITABLE FOR EVALUATION OF THERAPIES WITH POTENTIAL FOR TREATMENT OF MYCOBACTERIUM AVIUM INFECTIONS IN HUMANS. THE IN VITRO PROTOCOL DESIGN AND QUANTITATIVE METHODS SHOULD INCLUDE APPROPRIATE STATISTICAL ANALYSES TO DETECT DIFFERENCES BETWEEN GROUPS. AT THE PRESENT TIME, THE GOVERNMENT DOES NOT KNOW HOW MANY THERAPIES WILL BE EVALUATED. FOR PURPOSES OF PREPARING A COST PROPOSAL, THE OFFEROR MAY ASSUME A TOTAL OF 25 COMPOUNDS AT 5 CONCENTRATIONS EACH WILL BE EVALUATED PER YEAR AGAINST 5 M. AVIUM STRAINS ORIGINALLY ISOLATED FROM AIDS PATIENTS BOTH IN IN VITRO CULTURE AND IN AN INTRACELLULAR TEST SYSTEM. IF TISSUE CULTURE SYSTEMS ARE PROPOSED, QUANTIFIABLE MEASURES OF CYTOTOXICITY CAUSED BY TEST COMPOUNDS SHOULD BE INCLUDED.] 4. At the specific request of the Project Officer, provision shall be made to obtain and preserve samples of purified organisms or animal tissues and fluids. Samples shall be sent, at the direction of the Project Officer, to another contractor or grantee who may perform additional experiments with the samples or may analyze samples for drug or metabolite concentrations. The Contractor shall cooperate or collaborate with other investigators as requested. [NOTE 4 TO OFFEROR: FOR PURPOSES OF PREPARING A COST PROPOSAL, THE OFFEROR SHOULD ASSUME THAT THE FOLLOWING SAMPLES WILL BE SHIPPED PER YEAR TO BETHESDA, MARYLAND: 25 ANIMAL BLOOD SAMPLES, AND 25 PURE CULTURES OF VIABLE M. AVIUM. THE OFFEROR SHOULD INCLUDE THE COST OF ALL SHIPMENTS IN THE COST PROPOSAL.] 5. As designated by the Project Officer, further characterize and/or modify the IN VITRO models and/or animal model, or develop other models to improve model utility in the evaluation of therapies. [NOTE 5 TO OFFEROR: THE MAIN PURPOSE OF THIS PROJECT IS EVALUATION OF PROMISING THERAPIES FOR MYCOBACTERIUM AVIUM INFECTION. IF, AND WHEN, APPROVED BY THE PROJECT OFFICER, CHARACTERIZATION AND/OR MODIFICATION OF PROPOSED MODELS WILL BE DONE IN PLACE OF DRUG TESTING. 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. THE OFFEROR SHOULD INCLUDE IN THE PROPOSAL DOCUMENTATION OF QUALIFICATIONS, EXPERTISE, AND ABILITY TO MODIFY MODELS OR DEVELOP NEW MODELS FOR THERAPY COMPARISONS.] 6. The Contractor shall report data generated under this contract to the Project Officer in the form of interim and semiannual reports (written reports and computer files) as described in the contract Reporting Requirements. In order to facilitate timely transmission of data and information, the Contractor shall establish and maintain an efficient electronic communication system with the Project Officerūs office. The Contractor shall 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 directly engaged in this project shall have access to the files of information regarding source and nature of confidential or proprietary materials and results of testing. [NOTE 6 TO OFFEROR: THE OFFEROR SHOULD PROPOSE A PLAN FOR DATA MANAGEMENT, ANALYSIS, AND ELECTRONIC DIGITAL COMMUNICATION WITH THE PROJECT OFFICER. COMMUNICATIONS SHOULD INCLUDE THE ABILITY TO TRANSMIT AND RECEIVE ELECTRONIC MAIL WITH THE DIVISION OF AIDS COMPUTER NETWORK SYSTEM. THE GOVERNMENT WILL NOT AUTHORIZE PURCHASE OF STAND-ALONE COMPUTERS UNDER THIS CONTRACT FOR THIS PURPOSE. THE NIAID IS CONNECTED TO THE INTERNET AND USES IBM- COMPATIBLE COMPUTER HARDWARE FOR DATA MANAGEMENT AND COMMUNICATIONS. THE OFFEROR SHOULD SUPPLY AN IBM-COMPATIBLE COMPUTER AND SHOULD SUBMIT ELECTRONIC DOCUMENTS IN EITHER MICROSOFT WORD (TM) VERSION 6.0 FOR WINDOWS AND MICROSOFT EXCEL (TM) VERSION 5.0 FOR WINDOWS OR WORD PERFECT 6.1 FOR WINDOWS (TO BE DETERMINED BY THE PROJECT OFFICER). THE OFFEROR MUST ASSURE CONFIDENTIALITY OF DATA.] 7. The Contractor shall provide advance copies of draft manuscripts for publication (including abstracts and public presentations) based on data generated under this contract to the Project Officer, and obtain clearance before submitting for publication or presentation. Support from the Government contract must be acknowledged in all abstracts, presentations, and publications. The Contractor shall be bound by the same terms as the Government under the AGREEMENT FOR SUBMITTING PRODUCTS TO THE DIVISION OF AIDS, NIAID. (See Attachment 6.) [NOTE 7 TO OFFEROR: AN ADVANCE UNDERSTANDING WILL BE INSERTED IN ANY RESULTANT CONTRACT, STATING THAT THE CONTRACTOR AGREES THAT MANUSCRIPTS BASED ON DATA GENERATED UNDER THIS CONTRACT WILL NOT BE SUBMITTED FOR PUBLICATION UNTIL WRITTEN CLEARANCE HAS BEEN RECEIVED FROM THE PROJECT OFFICER.] 8. 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 8 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.] 9. By the end of the fourth year of this contract, the Contractor shall have developed and submitted 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. 10. The contract's Principal Investigator/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 Contractor's 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 9 TO OFFEROR: FOR THE PURPOSE OF PREPARING A COST PROPOSAL, ASSUME 3 VISITS OF ONE KEY PERSONNEL PER YEAR TO 6003 EXECUTIVE BOULEVARD, 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-97-01 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 D. A. Interim Progress Reports The Contractor shall submit two paper copies of Interim Progress Reports AND one copy on magnetic media (3.5 inch diskettes) as computer files in either Microsoft Word (TM) version 6.0 for Windows and Microsoft Excel (TM) version 5.0 for Windows or Word Perfect 6.1 for Windows (to be 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 4 to the Project Officer. 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. For purposes of preparing a budget, offerors may assume six such reports will be submitted per year and will contain approximately three pages of narrative text. The Project Officer may require responses to electronic mail described in Item #6 of the Work Statement. 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: 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. Semi-Annual Progress Reports The Contractor shall submit three paper copies of a progress report 15 days after the end of the sixth month of the project and at the end of each six month period thereafter both as written reports AND one copy on magnetic media (3.5 inch, high density diskettes) as computer files in either Microsoft Word (TM), version 6.0, or in Microsoft Excel (TM) version 5.0 or Word Perfect 6.1 for Windows (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 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. A semi-annual progress report is not due when the final report falls due. C. Final Report The Contractor shall submit three 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 expiration 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. D. Technical Reports Distribution Copies of the written technical reports shall be submitted as follows: Type of No. of Report Copies Addressee Due Dates* ------- ------ --------- --------- Progress 2 Project Officer semi-annual OIRB, TRP, Div. AIDS Solar Bldg, Rm. 2C40 6003 Executive Blvd. (MSC 7620) Bethesda, MD 20892-7620 Progress 1 Contracting Officer, ACRCS semi-annual CMB, DEA, NIAID Solar Bldg., Rm. 3C07 6003 Executive Blvd. (MSC 7610) Bethesda, MD 20892-7610 Interim 1 Same as P.O. above within 21 calendar days of the completion of each protocol or evaluation conducted under Work Statement items 1 - 4 Interim 1 Same as C.O. above same as above Final 2 Same as P.O. above expiration date Final 1 Same as C.O. above same as above * specific dates will be listed in the contract document (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 #9 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 1,450% 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 --------------------------------------------------- P. I. 20% 20% 20% 20% 20% 100% Professional 60% 60% 60% 60% 60% 300% Support 210% 210% 210% 210% 210% 1,050% ---- ---- ---- ---- ---- ------ TOTAL 290% 290% 290% 290% 290% 1,450% *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-97-01 ATTACHMENT 3 4/15/96 EVALUATION FACTORS FOR AWARD ---------------------------- PROPOSAL EVALUATION CRITERIA The technical proposal will receive paramount consideration in the selection of the Contractor(s) for this acquisition. In the event that the technical evaluation reveals that two or more offerors are approximately equal in technical ability, then cost may become a significant factor in determining award(s). In any event, the Government reserves the right to make an award to the best advantage of the Government, cost and other factors considered. 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 requirement of the RFP. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below. While high performance is sought, capabilities that exceed those needed for successful performance of the Work Statement are not requested. Listed below are the technical evaluation criteria. The evaluation criteria are used by the technical evaluation committee when reviewing the technical proposals. The criteria are listed in the order of relative importance with weights assigned for evaluation purposes. PROPOSALS WILL BE EVALUATED SOLELY ON THE WRITTEN MATERIAL PROVIDED BY THE OFFERORS. TECHNICAL EVALUATION CRITERIA POINTS ------ 1. TECHNICAL APPROACH TO ANIMAL MODELS AND PROTOCOLS 50 PTS The technical adequacy and feasibility of the approach presented in the technical proposal, as reflected in the documentation provided including the alternative strategies and relevant experience, for: (a) AVAILABILITY AND ADEQUACY OF THE PROPOSED PRIMARY MODEL FOR THERAPY EVALUATIONS (25 POINTS) The availability of an appropriate mouse model at the time of proposal, including relevant strains and defined clinically/ biologically relevant indicators of efficacy, suitable for evaluation of potential therapies; availability is defined as the ability to begin therapy testing immediately after contract award. Points to consider include: o current ability to perform preclinical drug evaluations as indicated in the Work Statement; o suitability of proposed IN VIVO model and proposed protocol for drug testing (suitability includes feasibility, reproducibility, identification of positive controls, testing capacity, and practicality}; o appropriateness of the model for predicting therapeutic efficacy of response in humans; o appropriate and quantitative, statistically valid assessments of infection, morbidity and therapeutic efficacy; o understanding of limitations and potential problems of the proposed primary model and adequacy of suggested solutions. (b) QUALITY OF APPROACH TO DESIGNING STUDIES WITH ALTERNATIVE PROTOCOLS AND MODELS (15 POINTS) Points to consider include: o technical approach to design of combination studies; o documented experience in developing and using additional animal models and protocols for therapy evaluations; o technical approach to determination of optimal dosages, routes and schedules of administration; o quality of proposed plan for use and availability of alternative animal models to evaluate drug efficacy. (c) QUALITY OF PLAN FOR DATA MANAGEMENT, STATISTICAL ANALYSIS, AND SECURITY (10 POINTS) Points to consider include: o adequacy of plans for data management and statistical analyses; o adequacy of plans for electronic communication with the Project Officer; o adequacy of data security measures. 2. TECHNICAL APPROACH TO EVALUATION OF THERAPIES IN IN VITRO TEST SYSTEMS 20 PTS Points to consider include: o appropriateness, documented reproducibility of quantitative screening assay; o appropriateness, reproducibility of minimum inhibitory concentration assays; o suitability of procedures for interpretation and reporting of results; o appropriateness of indicators and methods to assess cytotoxicity of candidate therapies. 3. PERSONNEL QUALIFICATIONS 20 PTS (a) PRINCIPAL INVESTIGATOR (10 POINTS) Points to consider include: o Relevance and quality of recent work including publications; o Documented experience with technical approaches proposed; o Documented availability for the proposed project in relation to other commitments; o Documented experience with managing projects of similar complexity. (b) OTHER PERSONNEL/STAFFING PLAN (10 POINTS) Points to consider include: o Relevant experience of other professional and technical staff and their documented capability to conduct proposed activities utilizing appropriate skills; o Documented experience of staff with models of infectious diseases; o Adequacy of the staffing plan, including clear lines of authority, for the conduct of the project. o Adequacy of plans for compliance with all safety guidelines and regulations, including training and monitoring of personnel for exposure to infectious or hazardous reagents and safe disposal of such agents. 4. FACILITIES AND RESOURCES 10 PTS (a) 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 MUST be provided. (b) Documentation of facilities to receive and store compounds, and maintain their stability. TOTAL: 100 PTS ******************************************************************* ******************************************************************* RFP-NIH-NIAID-DAIDS-97-01 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 23, 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 1,450% 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 --------------------------------------------------- P. I. 20% 20% 20% 20% 20% 100% Professional 60% 60% 60% 60% 60% 300% Support 210% 210% 210% 210% 210% 1,050% ---- ---- ---- ---- ---- ------ TOTAL 290% 290% 290% 290% 290% 1,450% *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 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-97-01 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 ------------------------------------- Contract Specialist Contract Management Branch DEA, NIAID, NIH Solar Building, Room 3C07 6003 Executive Boulevard Rockville, Maryland 20852 If using U.S. Postal Service ---------------------------- 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-97-01 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: Joyce Sagami RFP NIH-NIAID-DAIDS-97-01 Fax # 301/402-0972 PLEASE RETURN BY JULY 15, 1996 *********************************************************** ******************************************************************* RFP-NIH-NIAID-DAIDS-97-01 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-97-01 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. _____________________________________ ________________________ Director, Division of AIDS Name (Signature) NIAID, NIH _____________________________________ ________________________ Date Title ________________________ Organization ________________________ ________________________ Address ________________________ Date [SAMPLE] ************************************************************************