RFP No. NIH-NIAID-DMID-98-12 Title: "EVALUATION OF VACCINES AND THERAPEUTICS AGAINST INFECTIOUS DISEASES OTHER THAN AIDS IN THE ELDERLY AND ADULTS" Issued by: Rosemary McCabe Hamill Contracting Officer NIH/NIAID Contract Management Branch Solar Building, Room 3C07 6003 Executive Boulevard MSC 7610 Bethesda, Maryland 20892-7610 DATE ISSUED: JUNE 2, 1997 PROPOSAL DATE DUE: AUGUST 8, 1997, 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-DMID-98-12) entitled "EVALUATION OF VACCINES AND THERAPEUTICS AGAINST INFECTIOUS DISEASES OTHER THAN AIDS IN THE ELDERLY AND ADULTS". The Government anticipates 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, Background and Work Statement, dated May 30, 1997 (Attachment 1) b. Deliverables and Reporting Requirements, dated May 30, 1997 (Attachment 2) c. Evaluation Factors for Award, dated May 30, 1997 (Attachment 3) II. Specific RFP Instructions and Provisions, dated May 30, 1997 (Attachment 4) III. Applicable RFP References, dated May 30, 1997 (Attachment 5) In addition to this directory which provides access to this streamlined RFP, there are five 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. The identity of these additional documents are detailed in Attachment 5 (Applicable RFP References) of this RFP. If you are unable to download any of these documents, please contact Sara M. Southard, Contract Specialist, by phone/fax/internet at the numbers/addresses listed 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 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 8, 1997, at 4:30 p.m. local time at the address listed in Attachment 4, Item 4. 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 3% 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 negotiation, taking into consideration the most current consumer price index (CPI). BE ADVISED THAT YOUR TECHNICAL PROPOSAL SUBMITTED IN RESPONSE TO THIS RFP IS SUBJECT TO A 200 PAGE LIMIT (excluding required sample protocols and consent forms). The format and content of your TECHNICAL PROPOSAL along with page limitation information is detailed in the "Technical Proposal Table of Contents/Format", Attachment 4, Item 10. In addition, 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 what 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 conflicts 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 30, 1997. 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. SARA SOUTHARD, CONTRACT SPECIALIST, OF THE NIAID CONTRACTING OFFICE AT THE FOLLOWING INTERNET ADDRESS: ss63e@nih.gov IF YOU FAIL TO NOTIFY THE CONTRACTING OFFICE OF YOUR INTEREST, YOU WILL NOT RECEIVE NOTIFICATION OF AMENDMENTS ISSUED TO THE RFP. HOWEVER, ALL AMENDMENTS WILL BE POSTED ON THE NIH GOPHER AND/OR NIH HOME PAGE. If you have any additional questions regarding this RFP, please contact Sara Southard at the internet electronic mail address ss63e@nih.gov , by phone at 301/402-6289, or by fax at 301/480-5253. Collect calls will NOT be accepted. Sincerely, /s/ Rosemary McCabe Hamill Chief, IAD Contract Section Contract Management Branch National Institute of Allergy and Infectious Diseases Attachments: 1 - 5 ***************************************************************** ***************************************************************** RFP-NIH-NIAID-DMID-98-12 I. STREAMLINED RFP ATTACHMENT 1 5/30/97 INTRODUCTION ------------ The objectives of this contract are to evaluate control measures (vaccines and therapeutic agents) for infectious diseases in the elderly and in adults with compromised immune function from underlying disorders and diseases other than AIDS and to enhance the understanding of the immune response to infection and immunizations in these at risk populations. In addition to the clinical evaluation of candidate vaccines and therapeutic agents, there is a special emphasis on defining the mechanisms that lead to the decline in immune function with age and from underlying disorders and diseases (other than AIDS). This RFP solicits proposals for work that includes a) clinical evaluations (including, but not limited to, Phase I and Phase II trials) of candidate vaccines and therapeutic agents in the control of infectious diseases in these populations, b) research on the dynamics of the host response to infection and immunization in these populations, and, c) infectious disease surveillance studies relevant to vaccine preventable (and potentially vaccine preventable) diseases in these populations. It is anticipated that one level-of-effort contract will be awarded to an interested party who has assembled the best team capable of performing these functions. BACKGROUND ---------- The capability and capacity to enhance the understanding of immune protection from infectious diseases and to evaluate new and improved vaccine and therapeutic candidates in an efficient and expeditious manner is an essential element of the efforts of the Division of Microbiology and Infectious Diseases (DMID)of the National Institute of Allergy and Infectious Diseases (NIAID). These activities are important for the continued success of the Program for the Accelerated Development of Vaccines begun in the 1980s, to fulfill the goals and objectives of the 1994 National Vaccine Plan, and is in concert with the mission of the Department of Health and Human Service's 1997 Adult Immunization Initiative to reduce the impact of infectious diseases that can be prevented by immunization. The Institute has supported efforts to evaluate control measures for infectious diseases during past decades, and supports a Maternal Immunization Group (MIG), two Mucosal Pathogens Units, a Cooperative Antiviral Study Group (CASG), the Mycoses Study Group (MSG), the Tuberculosis Research Unit (TBRU), a Data Coordinating Center, a Clinical Regulatory Support contract, and several Vaccine and Treatment Evaluation Units (VTEUs) to facilitate these efforts. The national response to the threat of childhood infectious diseases has resulted in an effective expansion of our childhood immunization efforts-from research and development to use in national immunization programs. A parallel effort is needed to ensure a similar success in the development of safe and effective vaccines appropriate for adults and the elderly. In these populations, new and improved vaccines are needed that will prevent both acute infection and chronic sequelae of infection. The major emphasis of this contract will be to conduct clinical evaluations (including, but not limited to Phase I and Phase II evaluations of candidate vaccines and therapeutic agents) to improve the understanding of the impact of aging and underlying disorders and diseases (other than AIDS) of adults on the immune response to infection and immunization. Therefore, in addition to clinical trials, this solicitation is also designed to encourage focused, relevant, basic and preclinical research directly linked to assessments of the immune response to infection and immunization in these populations. The intent is to support research that will have an impact on the design of preventive and therapeutic approaches of interest to the Division of Microbiology and Infectious Diseases (DMID), NIAID, in the control of infectious diseases. Ideally, the assessment of the immune responses should be related to the clinical investigations ongoing within this contract or in concert with activities in other NIAID supported activities. Examples of research that would be of interest include an examination of the full spectrum of the immune response to natural infection and immunization, studies of the pathogenesis of clinical infections, and the identification and refinement of correlates of immunity and protection in these populations. Animal models may be needed to aid in these studies. Also of importance is the capacity to conduct surveillance studies in these populations to better define the burden of infections diseases and to facilitate the development and evaluation of appropriate, sensitive and specific diagnostic tests to facilitate both clinical management and disease surveillance efforts. Examples of infectious diseases for which vaccines and/or therapeutic agents might be tested in the first eighteen months of the contract and onward include, but are not restricted to: non- typable Haemophilus influenzae, Neisseria meningitidis, Streptococcus pneumoniae, Helicobacter pylori, Clostridium difficile, respiratory syncytial virus, influenza, Bordetella pertussis, varicella, hepatitis B, and parainfluenza virus. Vaccine types available for testing may include, but are not restricted to: inactivated, live attenuated, and subunit vaccines; polysaccharide conjugate vaccines; recombinant peptides; DNA vaccines; as well as promising new adjuvants and new delivery systems such as microencapsulation and live recombinant vectors such as Salmonella. If sufficient progress is made in the development of other vaccines, such as fungal vaccines, these candidates may also be available for clinical testing during the period of this contract. Evaluation of vaccines or biologicals such as monoclonal antibodies as immunotherapeutics for chronic infections or to prevent development of chronic sequelae; e.g. therapeutic hepatitis vaccines given to chronic carriers, may also be considered. The Offeror should demonstrate access to appropriate populations as well as appropriate staff, expertise, and facilities to test the full range and number of candidate vaccines and therapies developed by industry and government/academic scientists, and to conduct research of the immune responses in these populations. As it is anticipated that the full complement of expertise and access to appropriate patient populations needed to fulfill the requirements of this contract may extend beyond the range of geographically fixed medical centers, collaboration with other individuals and institutions is encouraged to provide the best expertise available and to assure access to appropriate populations. WORK STATEMENT -------------- Independently and not as an agent of the Government, the Contractor shall exert its best efforts to furnish all necessary services, qualified professional and technical personnel, volunteer populations, materials, equipment, and facilities, not otherwise provided by the Government under the terms of this contract as needed to perform the work set forth below. Specifically, the Contractor shall: (1) Provide and retain patients from appropriate populations as required to conduct all clinical studies identified under Work Statement Item (2), below. [NOTE TO OFFEROR: A. The target populations for most vaccines and other preventive/therapeutic regimens are the elderly and adults with underlying disorders and diseases that affect their immune response to infection and immunization other than AIDS. Specific high risk groups may include nursing home residents, organ transplant recipients, and patients with chronic diseases or specific co-morbid conditions such as cancer. To fully appreciate the impact of aging and/or underlying disorders and diseases on immune function, some clinical studies may also require testing in healthy adult volunteers of different ages before progressing into target populations. B. Availability of elderly populations and adults with co-morbid conditions that elevate their risk of morbidity and/or mortality from infections diseases should be described. Depending upon the vaccine or the study, there may be a need for seropositive or seronegative volunteers. Therefore, it is anticipated that access to large numbers of volunteers will be needed to ensure adequate enrollment in the studies.] (2) Conduct clinical evaluations of candidate vaccines and/or therapeutic agents. Depending on the protocol and the intervention being tested, these evaluations may determine any of the following: vaccine safety, immunogenicity, efficacy, reactogenicity, optimal dose and schedule, degree of virulence or attenuation, infectivity, transmissibility, and genetic stability. ALL STUDIES AND CLINICAL PROTOCOLS ARE SUBJECT TO PROJECT OFFICER APPROVAL. [NOTES TO OFFEROR: C. The range and number of studies anticipated requires enrollment of a minimum of 150 subjects per year. D. It is anticipated that the Government will provide all candidate vaccines and/or therapeutics for testing. E. For technical evaluation purposes, offerors should provide the following sample protocols and consent forms for each of the vaccine clinical trials outlined below: i) Phase I clinical trial of a novel adjuvant to enhance immunogenicity of a conjugate pneumococcal vaccine (Note: see also 4.F below). ii) Phase II clinical trial of a novel adjuvant to enhance immunogenicity of a conjugate pneumococcal vaccine (Note: see also 4.F below). iii) Human challenge study to test the safety (infectivity, transmissibility, genetic stability and reactogenicity), immunogenicity and protective efficacy of a multicomponent live attenuated influenza virus vaccine. iv) Immunogenicity study of a Hepatitis B vaccine to better understand the factors that contribute to the blunted immune response in the elderly. Sample protocols and consent forms submitted with the proposal should demonstrate that the Offeror thoroughly understands testing different types of vaccines. This includes testing up to and including the target populations of elderly and appropriate comparison groups such as healthy adults and those with defined at- risk conditions such as cancer. Offerors should be poised to take full advantage of vaccine evaluations by integrating assessments of immune function and immune response to both infection and immunization in these populations. In addition, integration of the surveillance component (see Work Statement Item #8, below) is encouraged.] (3) Collect and appropriately store sera, other body fluids and cells from study participants. Methods of collection, amounts, types and storing specifications of samples shall depend upon individual protocols. (4) Conduct appropriate immunologic assays on sera and other clinical specimens collected from study participants to characterize the nature of the immune response to wild type infections and/or candidate vaccines and/or therapeutic agents, as required in the protocol. Assays may include but are not limited to: humoral assays, cellular assays (such as, measurement of cytokines and proliferative assays) and appropriate mucosal assays. Assays for antigens/antibodies shall be conducted by the Contractor unless otherwise directed by the Project Officer. [NOTE TO OFFEROR: F. For evaluation purposes and as related to the protocols described above (2.E.i/2.E.ii-Phase I and Phase II clinical trials of a novel adjuvant to enhance immunogenicity of a conjugate pneumococcal vaccine) describe the handling, storage and immune assessments of: i) pre- and post-vaccination blood draws to assess serum antibody assays for relevant vaccine serotypes. These serum assays should include type-specific IgM, IgA, and IgG subclasses (IgG1, IgG2, IgG3, and IgG4) and opsonophagocytic activity; and, ii) nasal wash or nasopharyngeal aspirate samples for detection of mucosal immune response (type-specific mucosal IgA).] (5) Establish and/or maintain a focused, coordinated, immunity research component investigating elderly host immune response and/or pathogenic mechanisms in infections that are relevant to vaccine development for the target populations and are of demonstrated importance to the Division of Microbiology and Infectious Diseases, NIAID. This research effort shall be integrated with the clinical evaluation of vaccines and/or therapeutic agents in this contract. Prior to initiating any studies within this research component, detailed research plans including rationale and methodology shall be submitted for review and written approval by the Project Officer. [NOTES TO OFFEROR: G. The investigations into the details of the immune response component may include, but are not limited to, the pathogenesis of the infection and disease, and especially, the immune response to infection and candidate vaccines in the elderly and special at-risk adult populations. This may also include identification and refinement of correlates of immunity and protection. H. It is anticipated that these studies may need to employ either animal models or cultured cells as appropriate. However, it is not the intent of this solicitation to support a basic research program that is unrelated to the vaccine development and evaluation efforts of DMID/NIAID. Continued support for activities in this research component are subject to acceptable productivity and ongoing relevance to the vaccine development and evaluation activities of DMID/NIAID. I. For technical evaluation purposes, one sample research plan that demonstrates the Offeror's approach to an integrated immune response component should be submitted with the technical proposal. The plan should include details of rationale, significance, approaches and methodology.] (6) Follow vaccinees to document duration of antibody and/or immune response, resistance to infection in the event of natural exposure within the community, and potential hazards of immunization as requested by the Project Officer. (7) Develop and prepare protocols, consent forms, and other IND information for submission to the Project Officer and local Institutional Review Board (IRB) for approval and for NIAID to submit to the FDA as part of an Investigational New Drug (IND) package. Amend as necessary after comments by the Project Officer, the DMID Clinical and Regulatory Affairs Branch, local IRB, and regulatory authorities are provided. (8) Initiate and maintain epidemiologic and laboratory surveillance for infection in the populations proposed for study to provide the necessary background information for vaccine and therapeutic agent studies, and as directed by the Project Officer. In addition to epidemiologic surveillance of the proposed population, monitor appropriate personnel and project staff for these same agents as directed by the Project Officer. [NOTE TO OFFEROR: J. The purpose of this surveillance activity is to aid in the following: a. Interpretation of the volunteers' response to vaccination vs. natural infection. b. Initiation of clinical trials with vaccine at a time when the wild-type pathogen is not at its peak circulation in the population chosen for the study. c. Determination of the impact of a particular pathogen in a selected high risk population. K. A sample surveillance plan to determine the incidence of infections with RSV, influenza, B. pertussis and pneumococcal disease in these populations should be submitted with the proposal. A description of other on-going infectious disease surveillance in these populations should also be included.] (9) Organize and administer the clinical and associated research activities of the contract. a. Plan, conduct, and report on the proposed clinical studies and associated research studies. This shall include developing the specifics of experimental design, receiving and shipping of reagents and samples, coding of patients, reagents, and samples, and coordinating all of the subcontractors' activities (if applicable). This shall also include conducting all clinical studies in compliance with DMID/NIAID policy and in coordination with the Clinical and Regulatory Affairs Branch, DMID/NIAID. b. Manage the information generated, including transmission, storage, confidentiality, retrieval, validation, analysis, and publication. c. Coordinate the preparation of all manuscripts and presentations involving data from the studies. Establish a publication policy for results of multi-center studies, if applicable. All publications shall acknowledge NIAID support and be submitted to the Project Officer for review, prior to publication. The Project Officer shall have access to all data generated with the support of this contract. d. Establish and manage laboratory facility(ies) to support the various studies. e. Perform, supervise, coordinate, and monitor the project(s). f. Report to the DMID Clinical and Regulatory Affairs Branch and to the Project Officer all adverse reactions to comply with FDA regulations. [NOTES TO OFFEROR: L. A detailed organizational plan/chart should be provided that shows the administrative structure, reporting and publication policy/structure, supervisory roles and, if applicable, the interactions with potential collaborators. M. Biostatistical and data management capabilities for analysis of clinical data should be documented.] (10) The Principal Investigator and one designated co-investigator shall organize, attend and participate in one 2-day meeting per year in Bethesda, Maryland, for protocol and study development and/or to discuss results and future plans. (11) The individual serving as the research nurse coordinator or clinical trial coordinator and one other designated staff member shall attend and participate in one 2-day meeting per year in Bethesda, Maryland, to discuss clinical trial coordination, and regulatory issues related to clinical trials. [GENERAL NOTES TO OFFEROR: AA. The technical proposals submitted in response to the RFP are subject to a 200 page limitation, excluding sample protocols and consent forms. Please see the RFP Attachment 4., entitled "Technical Proposal - Table of Contents" for additional details. BB. A two page biosketch for all proposed professional personnel should be included in the proposal. CC. Award of the contract does not commit the Government to approve any of the studies outlined and/or protocols presented in the proposal. The purpose of these proposed studies and protocols is to demonstrate the Offeror's technical ability and approach. The proposed studies will not necessarily be implemented during contract performance. During contract performance, as scientific or public health opportunities arise, the contractor will be requested to submit protocols addressing these opportunities. Only studies approved by the Project Officer will implemented under this contract. DD. For contracts dealing with clinical research, it is the policy of the NIH to include women and minorities in study populations so that research findings can be of benefit to all persons at risk of the disease, disorder or condition under study. Special emphasis should be placed on the inclusion of minorities and women in studies of diseases, disorders and conditions that disproportionately affect them. This policy applies to males and females of all ages. Racial/ethnic minorities include Native American, Asian or Pacific Islander, Black and Hispanic groups. Clinical research includes human biomedical and behavioral studies of etiology, epidemiology, prevention (and preventive strategies), diagnosis and treatment of diseases, disorders and conditions, including but not limited to clinical trials. The composition of the proposed study population must be described in terms of gender and racial/ethnic group, together with the rationale for its choice. In addition, gender and racial/ethnic issues should be addressed in developing a research design and sample size appropriate for the scientific objectives of the study. Offerors are urged to assess carefully the feasibility of including the broadest possible representation of minority groups. EE. For additional information on the Government's level of effort estimates for this project, please see the "Level of Effort Estimate" provision outlined in RFP Attachment 4. In addition, to assist with the cost proposal preparation and to further describe the Government's requirements, an approximate breakout of each of the three major components of this contract are provided: - Conduct clinical trials/evaluations of candidate vaccines and therapeutic agents: 70% of the overall yearly effort; - Conduct immunologic studies to evaluate the senescent and/or compromised immune system and its response to infectious diseases and immunizations: 20% of the overall yearly effort; - Conduct surveillance of vaccine-related infectious diseases in these populations and of interest to the Institute and/or relevant to on-going and/or proposed clinical trials: 10% of the overall yearly effort. The Project Officer will ultimately determine the actual level of effort to be expended on any protocol or approach.] ******************************************************************** ******************************************************************** RFP-NIH-NIAID-DMID-98-12 ATTACHMENT 2 5/30/97 REPORTING REQUIREMENTS ______________________ The Contractor shall submit to the Contracting Officer and to the Project Officer technical progress reports covering the work accomplished during each reporting period. These reports are subject to technical inspection and requests for clarification by the Project Officer. These shall be brief and factual and prepared in accordance with the following format: A. TECHNICAL REPORTS In addition to those reports required by SECTION I and other terms of this contract, the Contractor shall prepare and submit the following reports in the manner stated below: (1) SEMI-ANNUAL TECHNICAL PROGRESS REPORTS - by the fifteenth working day of the month following the end of each six month period, the Contractor shall submit five (5) copies of the Semi- Annual Technical Progress Report, comprising four (4) copies to the Project Officer and one (1) copy to the Contracting Officer. Such reports shall include the following specific information: a. A cover page that lists the contract number and title, the period of performance being reported, the Contractor's name and address, the author(s), and the date of submission; b. SECTION I - An introduction covering the purpose and scope of the contract effort; c. SECTION II - A description of overall progress plus a separate description for each task or other logical segment of work on which effort was expended during the report period. The description shall include pertinent data and/or graphs in sufficient detail to explain any significant results achieved and preliminary conclusions resulting from analysis and scientific evaluation of data accumulated to date under the project; d. SECTION III - Substantive performance; a description of current technical or substantive performance and any problems encountered and/or which may exist along with proposed corrective action. Each clinical study should be reported separately according to the number assigned by the Project Officer. An explanation of any difference between planned progress and actual progress, why the differences have occurred and if behind planned progress what corrective steps are planned; e. An anticipated work plan for the next six months; and f. Pre-prints, reprints of papers and abstracts shall be submitted along with the report. Semi-Annual Technical Progress Reports are not due for periods in which an annual or final report is due. (2) ANNUAL REPORTS - On the anniversary date of the contract, the Contractor shall submit eight (8) copies of an annual Technical Progress Report, as above, comprising seven (7) copies to the Project Officer and one (1) copy to the Contracting Officer. Such reports shall detail, document, and summarize the results of the entire contract work for the period covered and shall include information regarding numbers of women and minority subjects enrolled in trials. These reports shall be in sufficient detail to explain comprehensively the results achieved. Also to be included in the report is a summary of work proposed for the next reporting period. Specific requirements, in any, are set forth in Article C.1, Work Statement. A one page summary of each ongoing and completed protocol shall also be submitted at this time. Pre- prints, reprints of papers and abstracts not submitted in the semi-annual technical progress report shall be submitted. An annual report will not be required for the period when the final report is due. (3) FINAL REPORT - By the expiration date of the contract, the Contractor shall submit eight (8) copies of a comprehensive Final Report, as above, comprising seven (7) copies to the Project Officer and one (1) copy to the Contracting Officer. These final reports shall detail, document and summarize the results of the entire contract period of performance. These reports shall be in sufficient detail to explain comprehensively the results achieved. Pre-prints, reprints of papers and abstracts not included previously shall be submitted. (4) SUMMARY OF SALIENT RESULTS - With the annual and final reports the Contractor shall submit a summary (not to exceed 200 words) of salient results achieved during performance of the contract. (5) OTHER REPORTS - The Contractor shall submit to the Project Officer seven (7) copies of: a) a one page summary of each ongoing and completed protocol one year and thirty days after an individual IND goes into effect; and b) yearly IRB approvals and supporting documentation. B. 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 any anticipated delays with reasons. C. Technical Report Distribution Copies of the technical reports shall be submitted as follows: Type of No. of Report Copies Addressee Due Dates ------------------------------------------------------------- Semi-Annual 4 Project Officer Semi-Annually Progress DMID, NIAID, NIH (Specific dates Solar Building, Room will be listed 6003 Executive Blvd. in the contract Bethesda, MD 20892 document.) Semi-Annual 1 Contracting Officer Same as above Progress CMB, NIAID, NIH Solar Building, Room 3C07 6003 Executive Blvd. Bethesda, MD 20892 Annual 7 Same as P.O. above Annually (Specific dates will be listed in the contract document.) Annual 1 Same as C.O. above Same as above Final 7 Same as P.O. above Expiration date Final 1 Same as C.O. above Same as above ******************************************************************** ******************************************************************** RFP-NIH-NIAID-DMID-98-12 ATTACHMENT 3 5/30/97 EVALUATION FACTORS FOR AWARD ____________________________ 1. GENERAL Proposals submitted in response to this solicitation will be subject to review by an ad hoc technical review committee. The evaluation will be based on the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFP. The merit of each proposal will be evaluated carefully, based on responsiveness to the RFP and thoroughness and feasibility of the technical approach taken. 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. While high competency is sought, capabilities that exceed those needed for successful performance of the contract work statement are not requested. 2. COMPARATIVE IMPORTANCE OF THE PROPOSALS The technical proposal will receive paramount consideration in the selection of the Contractor for this acquisition, but not to the exclusion of cost or price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. During the source selection process, the closer that offerors are determined to be in technical ability, the greater the importance of cost or price. When offerors are considered to be essentially equal in technical ability, a greatest value analysis will be conducted to determine the award. The Government reserves the right to make an award based on the greatest value to the Government in terms of cost or price, and other factors. 3. MANDATORY QUALIFICATION FOR FACILITIES Prior to award the offeror must document the adequacy and suitability of the facilities for performing all of the requirements of the Work Statement. 4. TECHNICAL EVALUATION CRITERIA Proposals submitted in response to this RFP will be evaluated based on the following factors which are listed and weighted in order of their relative importance. Proposals will be judged solely on the written material provided by the Offeror. CRITERION ELEMENT WEIGHT _________________ ______ 1. TECHNICAL APPROACH 80 Scientific merit of proposed approach to: a) Perform clinical evaluations of vaccines and therapeutic agents (30) This includes the methods and approaches for evaluating primarily bacterial and viral vaccines, but may also include capability and capacity to evaluate antiviral compounds or other agents. Suitability and originality of the sample clinical protocols, appropriateness of consent forms, handling of data, plans for handling, storing and performing assays on sera and other body fluids, and for other relevant laboratory procedures as required in the protocols and as requested in the Work Statement. b) Perform evaluation of the senescent and/or compromised immune system (20) Methods and approaches for developing and/or maintaining an integrated research component to assess the impact of aging and/or underlying disorders or diseases other than AIDS on the immune system's response to infection and/or immunization that is relevant to the NIAID's vaccine development and evaluation efforts and integrated with the clinical evaluation and the infectious disease surveillance components. c) Access appropriate populations (10) Offeror should demonstrate an ability to recruit, retain, and follow appropriate populations. Strategies for follow- up of volunteers should be presented. The recruitment plan should describe specific plans to include minorities and women. d) Perform Infectious Disease Surveillance (10) This includes the proposed methods and approaches for collecting surveillance data to support trials of vaccines and/or therapeutic agents, evaluating risk factors for infection, evaluating screening protocols, suitability of the sample protocols, appropriateness of the consent forms (if necessary), strategies for follow-up of patients, handling of data, and plans for integrating these findings with the clinical evaluations and the and immune response component. e) Administration (10) Proposed plans for managing the clinical and basic research activities to ensure a cooperative, integrated scientific effort. 2. PERSONNEL 20 Documented adequacy and relevance of expertise, experience, education, and availability of personnel for performing all the requirements of the Work Statement. The PI should have an M.D. and/or Ph.D. degree and should provide documented evidence of experience in clinical trials involving appropriate populations. The team of professional personnel (including the nursing personnel) should have composite expertise in internal medicine, geriatrics, infectious diseases, immunology, clinical trials, immunodiagnostics, host response to pathogens and vaccines, epidemiologic studies, data management and biostatistics. The technical personnel should have documented training and experience to perform the assay and laboratory procedures. The support staff should possess the requisite experience to perform their clerical and administrative duties. TOTAL POSSIBLE POINTS ....................................... 100 5. EVALUATION OF MINORITY GROUP AND GENDER REPRESENTATION (NIH 3185) (JUL 1994) This research project involves human subjects. NIH Policy requires that woman and members of minority groups and their sub-populations must be included in the study population of all NIH supported biomedical and behavioral research projects involving human subjects, unless a clear and compelling rationale and justification are provided that inclusion is inappropriate with respect to the health of the subjects or the purpose of the research. Where inclusion of women and minority populations is not feasible, a detailed rationale and justification for exclusion of one or both groups from the study population must be submitted with the technical proposal. The NIH will review the exclusion rationale to determine if it is appropriate with respect to the health of the subjects and/or the purpose of the research. If the rationale is not considered acceptable by the Government and you are included in the competitive range, you will be afforded the opportunity to further discuss and/or clarify your position during discussions or include women and minorities in your best and final (BAFO). If your exclusion position is still considered unacceptable by the Government after discussions, your proposal may not be considered further for award. This policy results from the NIH Revitalization Act of 1993 (Section 492B of Public Law 103-43). All investigators proposing research involving human subjects should read the "NIH Guidelines for Inclusion of Women and Minorities as Subjects in Clinical Research", which have been published in the Federal Register of March 28, 1994 (FR 59 14508-14513) and the NIH Guide for Grants and Contracts, Vol. 23, No.11, March 18, 1994. ******************************************************************** ******************************************************************** RFP-NIH-NIAID-DMID-98-12 ATTACHMENT 4 5/30/97 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 $5,000,000. (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 $5,000,000. (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 April 1, 1998. It is anticipated that the award from this solicitation will be multiple-year cost reimbursement, level of effort type 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. ESTIMATE OF EFFORT It is expected that a level of effort type contract will be awarded as a result of this RFP. To assist you in the preparation of your proposal, the Government considers the total direct labor effort to be approximately 3,875% (775%/year). This estimate is furnished for your information only and is not to be considered restrictive for proposal purposes. As further assistance, it is estimated that the above total labor effort is constituted as follows: Labor Effort* 5 YR Category Yr 1 Yr 2 Yr 3 Yr 4 Yr 5 TOTAL -------- ---- ---- ---- ---- ---- ----- P.I. 25% 25% 25% 25% 25% 125% Investigators 200% 200% 200% 200% 200% 1,000% RNs 250% 250% 250% 250% 250% 1,250% Tech. Support 250% 250% 250% 250% 250% 1,250% Admin. Support 50% 50% 50% 50% 50% 250% ==== ==== ==== ==== ==== ====== TOTAL 775% 775% 775% 775% 775% 3,875% * 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. 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-DMID-98-12" "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). 5. GOVERNMENT NOTICE FOR HANDLING PROPOSALS An Offeror shall place this notice on top of each copy of its technical proposal. "This proposal shall be used and disclosed for evaluation purposes only, and a copy of this Government notice shall be applied to any reproduction or abstract thereof. Any authorized restrictive notices which the submitter places on this proposal shall also be strictly complied with. Disclosure of this proposal outside the Government for evaluation purposes shall be made only to the extent authorized by, and in accordance with, the procedures in HHSAR paragraph 315.608-72." (For information regarding authorized restrictive notices, offerors should refer to the "Confidentiality of Proposals" section of the STANDARD RFP INSTRUCTIONS AND PROVISIONS subdirectory of the RFP REFERENCES directory of the Gopher RFP). 6. 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. Lewis S. Pollack 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. 7. PRIVACY ACT SYSTEM OF RECORDS The Privacy Act System of Records Notice that applies to this RFP was published in the Federal Register dated January 13, 1993, Vol. 58, No. 8, Pages 4226-4228. This notice will be incorporated into any contract resulting from this RFP. If you would like a copy, please contact the Contracting Officer identified in the cover letter to this RFP. 8. PHS 352.223-70 SAFETY AND HEALTH (a) In order to help ensure the protection of the life and health of all persons, as well as to help prevent damage to property, the Contractor shall comply with all Federal, State, and local laws and regulations applicable to the work being performed under the contract. These laws are implemented and/or enforced by the Environmental Protection Agency, Occupational Safety and Health Administration, and other agencies at the Federal, State, and local levels (Federal, State, and local regulatory/enforcement agencies). (b) Further, the Contractor shall take or cause to be taken such additional safety measures as the Contracting Officer, in conjunction with the project or other appropriate officers, determines to be reasonably necessary. If compliance with such additional safety measures results in an increase or decrease in the cost or time required of performance of any part of work under this contract, an equitable adjustment will be made in accordance with whichever applicable "Changes" Clause as set forth in this contract (FAR 52.243-1, Changes-Fixed Price; FAR 52.243-2, Changes-Cost-Reimbursement; or FAR 52.243-3, Changes-Time and Materials or Labor-Hours). (c) The Contractor shall maintain an accurate record of, and promptly report to the Contracting Officer, all accidents or incidents resulting in the exposure of persons to toxic substances, hazardous materials or hazardous operations; the injury or death of any person; and/or damage to property incidental to work performed under the contact and all violations for which the Contractor has been cited by any Federal, State, or local regulatory/enforcement agency. The report shall include a copy of the notice of violation and the findings of any inquiry or inspection, and an analysis addressing the impact these violations may have on the work remaining to be performed. The report shall also state the required action(s), if any, to be taken to correct any violation(s) noted by the Federal, State, or local regulatory/enforcement agency and the time frame allowed by the agency to accomplish the necessary corrective action. (d) If the Contractor fails or refuses to comply promptly with the Federal, State, or local regulatory/enforcement agency's directive(s) regarding any violation(s) and prescribed corrective action(s), the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action (as approved by the Federal, State, or local regulatory/enforcement agencies) has been taken and documented to the Contracting Officer. No part of the time lost due to any such stop work order shall be subject to a claim for extension of time or costs or damages by the Contractor. (e) The Contractor shall insert the substance of this clause in each subcontract involving toxic substances, hazardous materials, or hazardous operations. Compliance with the provisions of this clause by subcontractors will be the responsibility of the Contractor. 9. 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. 10. TECHNICAL PROPOSAL TABLE OF CONTENTS/FORMAT IMPORTANT: Technical proposals submitted in response to this RFP MUST NOT EXCEED 200 PAGES, however, this limitation does not include copies of the requested sample protocols and consent forms. PAGES SUBMITTED IN EXCESS OF THIS LIMIT WILL BE DELETED AND WILL NOT BE REVIEWED. PLEASE NUMBER EACH PAGE. 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. 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 equipment, 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 2 page biosketch and the form entitled "Summary of Current and Proposed Activities" under Sections 6 and 7 below.] d. OTHER CONSIDERATIONS (provide brief narrative of any unique arrangements, safety procedures in place, animal welfare issues, human subject and minority and gender issues, etc.)............. ___ 5. SAMPLE PROTOCOLS AND CONSENT FORMS (Note: These documents are excluded from the page limitation requirement.) ....................................... ___ 6. APPENDICES (resumes/biosketches, literature citations, policy manuals, etc. for above Technical Plan); list each Appendix; Appendices must be clear and legible, and easily located ...................... ___ 7. 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 Space 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). ********************************************************** 11. PROPOSAL INTENT RESPONSE SHEET PROPOSAL INTENT --------------- RFP No.: NIH-NIAID-DMID-98-12 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: Sara M. Southard RFP NIH-NIAID-DMID-98-12 Fax # 301/480-5253 PLEASE RETURN BY: JULY 30, 1997 ************************************************************ ******************************************************************** RFP-NIH-NIAID-DMID-98-12 ATTACHMENT 5 5/30/97 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" (below). 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) HUMAN SUBJECTS (3) CARE OF LIVE VERTEBRATE ANIMALS - NOTICE TO OFFERORS OF REQUIREMENT FOR ADEQUATE ASSURANCE OF PROTECTION OF VERTEBRATE ANIMAL SUBJECTS (SEP 1985), PHSAR 352.280-2(a) (4) SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN, FAR 52.219-9 [NOTE: A Subcontracting Plan is not due with the initial proposal. The Contracting Officer will notify offerors if a plan becomes due.] (5) INCLUSION OF WOMEN AND MINORITIES IN RESEARCH INVOLVING HUMAN SUBJECTS 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 (11) Research Patient Care Costs, NIH(RC)-11 (12) NIH Women and Minority Policy (13) Protection of Human Subjects - Assurance Identification/ Certification/Declaration, OF 310 OTHER - TO BE SUBMITTED AS DIRECTED BY CONTRACTING OFFICER ---------------------------------------------------------- (11) Certificate of Current Cost or Pricing Data, NIH-1397 (12) Subcontracting Plan 4. The Representations and Certifications are applicable and a completed copy must be submitted with offeror's business proposal. 5. The "Sample Contract Format-General" is applicable. ******************************************************************** End of document