RFP No.NIH-NIAID-DAIDS-98-18 Title: GENETIC VARIATION OF HIV AND RELATED LENTIVIRUSES Issued by: Kristiane E. Cooper Contract Specialist NIH/NIAID/Contract Management Branch Solar Building, Room 3C07 6003 Executive Boulevard (MSC 7610) Bethesda, Maryland 20892-7610 DATE ISSUED: OCTOBER 1, 1997 PROPOSAL DATE DUE: DECEMBER 19, 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-DAIDS-98-18) for GENETIC VARIATION OF HIV AND RELATED LENTIVIRUSES. The Government anticipates the award of one (1), six (6) year, cost-reimbursement, completion type contract as a result of this RFP. This RFP is a trial of NIAID's Electronic Proposal and Review System (EPRS). Offerors must submit their proposals ELECTRONICALLY, in addition to one (1) original signed HARDCOPY (note: six paper copies of SOPs, other pertinent manuals, nonscannable figures or data, and letters of collaboration/intent are required - see Attachment G for details). NIAID's EPRS system will save offerors the paper and postage costs which the mailing of multiple copies of a standard RFP proposal imposes on the offeror. This approach will also allow us to conduct the peer review based on the electronic availability of proposals. This will save the money that would otherwise be spent shipping proposals out to reviewers and for travel and per diem to bring in reviewers for the Peer Review meeting. We hope this will prove to be convenient to offerors, peer reviewers and the Government. This is a pilot project, so your comments and suggestions are welcome. Adequate security will be provided by using a dedicated server with access restricted through passwords. You must submit your electronic proposal (via the Internet) and the signed hardcopy (to the address listed in Attachment E), for receipt no later than DECEMBER 19, 1997, at 4:30 p.m.(EST). Please note that the electronic copy of your proposal will need to be submitted in Adobe Acrobat portable document format (PDF). The hardcopy of your proposal must be signed by an official authorized to bind your organization. PLEASE BE ADVISED THAT THIS RFP HAS PAGE LIMITATIONS ON THE NARRATIVE PORTION OF THE TECHNICAL PROPOSAL. PAGES IN EXCESS OF THE MAXIMUM WILL BE DELETED AND WILL NOT BE READ OR EVALUATED. SEE ATTACHMENT G FOR COMPLETE DETAIL ON PAGE LIMITATIONS AND INSTRUCTIONS ON HOW TO PREPARE AND SUBMIT A PROPOSAL. The documents included with this streamlined electronic RFP package are as follows: STREAMLINED RFP Attachments: A. Introduction and Statement of Work, dated October 1, 1997 B. Deliverables and Reporting Requirements, dated October 1, 1997 C. Evaluation Factors for Award, dated October 1, 1997 D. Proposal Intent Form E. Specific RFP Instructions and Provisions F. Applicable RFP References G. How To Prepare and Submit a Proposal In addition to the directory which you are currently in (i.e., the 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; the applicable portions are explained in Attachment F. The subdirectories are: Standard RFP Instructions and Provisions Optional RFP Instructions and Provisions Forms, Formats and Attachments Representations and Certifications Sample Contract Format-General If you are unable to download any of the applicable documents, please contact Kristiane E. Cooper, Contract Specialist, or Lawrence M. Butler, Contracting Officer, by phone/fax/Internet (see contact numbers/addresses below). Your attention is further directed to the "Proposal Intent" form which is Attachment D. Please complete this form and return it to this office via fax or E-mail on or before NOVEMBER 11, 1997. This will allow us to expedite preparations for the electronic submission and peer review of proposals. IF YOU INTEND TO SUBMIT A PROPOSAL, IT IS ESSENTIAL THAT YOU SUBMIT THE PROPOSAL INTENT FORM, OR IMMEDIATELY NOTIFY MS. KRISTIANE COOPER, CONTRACT SPECIALIST, OR MR. LAWRENCE BUTLER, CONTRACTING OFFICER, OF THE NIAID CONTRACTING OFFICE OF YOUR INTENT, AT THE FOLLOWING INTERNET ADDRESSES: kc116y@nih.gov lb13t@nih.gov IF YOU FAIL TO NOTIFY THE CONTRACTING OFFICE OF YOUR INTEREST OR INTENT, YOU WILL NOT RECEIVE ANY NOTIFICATION OF AMENDMENTS ISSUED TO THE RFP (HOWEVER, ALL AMENDMENTS WILL BE POSTED ON THE NIH GOPHER AND/OR NIAID CONTRACTS MANAGEMENT HOME PAGE) AND YOU WILL NOT RECEIVE ADDITIONAL INSTRUCTIONS NECESSARY TO SUBMIT THE ELECTRONIC COPY OF YOUR PROPOSAL. Questions concerning any areas of uncertainty which in your opinion require clarification or correction, must be furnished in writing (at the above E-mail address) to Ms. Kristiane Cooper or Mr. Lawrence Butler. Your questions should be received no later than DECEMBER 3, 1997, and marked "Offeror's Questions, RFP-NIH-NIAID- DAIDS-98-18." 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 have any additional questions or concerns regarding this RFP, or the electronic transmission of proposals, please contact either: Ms. Cooper at the Internet electronic mail address: kc116y@nih.gov, by phone at 301/496-7288, or by fax at 301/402-0972; or Mr. Butler at the Internet electronic mail address: lb13t@nih.gov, by phone at 301/496-0192 or by fax at 301/402- 0972. Collect calls will NOT be accepted. Sincerely, /s/ Toni Kuhn Chief, AIDS Preclinical Research Contract Section Contract Management Branch National Institute of Allergy and Infectious Diseases Attachments: A - G ***************************************************************** ***************************************************************** RFP-NIH-NIAID-DAIDS-98-18 STREAMLINED RFP --------------- ATTACHMENT A - INTRODUCTION AND STATEMENT OF WORK 10/01/97 INTRODUCTION HIV genetic heterogeneity may provide a major obstacle in the development of an efficacious AIDS vaccine. It is possible that the rapidly changing structure of HIV-1 proteins will necessitate not one, but a series of AIDS vaccines tailored for the virus strain(s) that is prominent in a geographic area, and changing as the virus evolves with time. Studies show that HIV isolates from different locales vary significantly in terms of their genomic sequence. This genetic heterogeneity is reflected in changes in serologic determinants and/or susceptibility to neutralization by given antisera or monoclonal antibodies, and may also affect cellular immune recognition of the virus by the host. However, studies have also shown that there are conserved neutralization and cytotoxic T-lymphocyte epitopes shared by diverse isolates, suggesting the possibility that broadly cross-reactive vaccines could be developed. So that our program might be better prepared to address this problem, the Division of AIDS has supported an HIV Variation Program, consisting of two laboratories, a genetic cloning and sequencing laboratory (University of Alabama at Birmingham; NO1-AI- 35170) and a virology/immunology laboratory (The Aaron Diamond AIDS Research Center; NO1-AI-35168), in addition to a database and analysis unit (Department of Energy, Los Alamos National Laboratory; Y1-AI-7043), to study the potential impact of HIV variation on vaccine efficacy. There is a continuing need to develop well-characterized reagents that can be used in studies designed to decipher the impact of genetic variation on immunological recognition, such as: 1) functional envelope clones for neutralization studies, protein production and SHIV constructs, 2) recombinant vaccinia viruses expressing HIV genes for use in CTL studies, and 3) full-length proviruses for use in basic research and vaccine design. Since the database is generally lacking in full-length proviral sequences for all but the B-subtype viruses, a sufficient number of representatives of all other subtypes need to be characterized to determine the variable or conserved nature of various, especially non-envelope, antigenic epitopes within and between subtypes. Studies to investigate CTL recognition of diverse HIV-1 subtypes are currently in progress at a number of laboratories, and generation of recombinant vaccinia viruses expressing HIV genes for all of the known genetic subtypes will be valuable reagents for these studies. The work described in the Statement of Work below for the study of "Genetic Variation of HIV and Related Lentiviruses" is currently being performed under contract NO1-AI-35170 with the University of Alabama at Birmingham. This RFP is a recompetition of the contract which is scheduled to end in July, 1998. In general, the Contractor will receive samples derived from HIV- infected individuals from laboratories or clinics identified by the Project Officer. Using the polymerase chain reaction (PCR) procedure or other state-of-the-art gene amplification procedure, the Contractor will amplify and clone virus-specific genome fragments or full-length proviruses into appropriate vectors for genetic sequencing and expression. The Contractor will be required to develop primer pairs for gene amplification that are both appropriate for specified regions of the viral genome and for a broad array of viral variants. Using state-of-the-art computer technology the Contractor will compile and analyze the genetic sequence data, including nucleotide and amino acid alignments, and will transfer all data to the HIV Genetic Sequence Database and Analysis Unit. Finally, the Contractor will be required to ship specific clones to laboratories identified by the Project Officer. STATEMENT OF WORK Independently, and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government under the terms of this contract, as needed to perform the work set forth below. [NOTE 1 TO OFFEROR: IN RESPONDING TO THIS RFP, THE OFFEROR SHOULD DESCRIBE IN DETAIL THE RESPONSIBILITIES AND LEVEL OF EFFORT OF ALL PROPOSED PERSONNEL WHO WILL BE ASSIGNED TO THE CONTRACT. IN ADDITION, THE OFFEROR SHOULD DESCRIBE AN ADMINISTRATIVE FRAMEWORK SHOWING CLEAR LINES OF AUTHORITY AND A DETAILED WORK PLAN SHOWING PROPOSED TIME SCHEDULES SATISFACTORY FOR ACHIEVING CONTRACT OBJECTIVES AND MAINTAINING QUALITY CONTROL OVER THE IMPLEMENTATION AND OPERATION OF THE CONTRACT. DOCUMENTATION SHOULD ALSO BE PROVIDED ON THE QUALIFICATIONS, EXPERIENCE, EDUCATION, COMPETENCE, AVAILABILITY, AND DECISION- MAKING AUTHORITY OF THE PRINCIPAL INVESTIGATOR, TECHNICAL AND ADMINISTRATIVE SUPPORT STAFFS; THE EXTENT TO WHICH OUTSIDE CONSULTANTS SHALL BE USED AS WELL AS ASSURANCE OF THEIR AVAILABILITY, AND THE PERCENTAGE OF TIME EACH STAFF MEMBER (INCLUDING PROPOSED SUBCONTRACTORS AND CONSULTANTS) WHO WILL CONTRIBUTE TO THE PROJECT. RESUMES, ENDORSEMENTS, AND EXPLANATIONS OF PREVIOUS EFFORTS PROVIDED FOR THE PRINCIPAL INVESTIGATOR AND CO- INVESTIGATOR(S) SHOULD CLEARLY DEMONSTRATE RELEVANT TRAINING, EXPERIENCE, AND SPECIFIC ACCOMPLISHMENTS. NOTE: RFP INSTRUCTIONS CAN BE ACCESSED BY USING /CONTRACT AND SELECT THE "RFP" LINK AND THEN THE "NIH GOPHER RFP REFERENCE" LINK. DOCUMENTATION SHOULD INCLUDE ALL PREVIOUS AND CURRENT PROJECTS OF A SIMILAR NATURE, INCLUDING THE CONTRACT NUMBER OR GRANT NUMBER, THE SPONSORING AGENCY, THE PROJECT OFFICER, AND DESCRIPTION OF THE PROJECT.] Specifically, the Contractor shall: 1. Amplify, clone and sequence HIV-1 and related lentivirus- specific genes and full-length provirus genomes from samples derived from HIV-infected individuals provided by the Project Officer. A. Design and generate nucleotide primer pairs for amplification of specific regions of the viral genome, to include but not be limited to the complete gp160 envelope gene. Primers shall be designed in such a way as to permit insertion of amplified sequences into various vectors and subsequent removal of cloned fragments for the purpose of transferring to other vectors of interest. Also, design and generate primer pairs for amplification of full-length proviruses. [NOTE 2 TO OFFEROR: THE ORIGINAL SAMPLES WILL BE DERIVED FROM SITES THROUGHOUT THE WORLD, INCLUDING BUT NOT LIMITED TO THE U.S., ASIA, AFRICA, EUROPE, CENTRAL AMERICA AND SOUTH AMERICA. THE OFFEROR SHOULD PROVIDE DOCUMENTATION OF THEIR EXPERIENCE IN DESIGN AND GENERATION OF PCR PRIMER SETS FOR AMPLIFICATION OF DIVERSE SEQUENCES. THE OFFEROR SHOULD ALSO INDICATE, AND DOCUMENT IF POSSIBLE, THEIR EXPERIENCE AT AMPLIFICATION AND CLONING OF FULL- LENGTH GP160 GENES AND FULL-LENGTH PROVIRUSES OF HIV-1 AND/OR HIV- 2.] B. Using the polymerase chain reaction, or other state-of-the-art gene amplification system approved by the Project Officer, amplify lentivirus genes and proviruses using the primers generated under paragraph A. above. [NOTE 3 TO OFFEROR: AT THE PRESENT TIME, THE GOVERNMENT DOES NOT KNOW THE NUMBER OF PCR AMPLIFICATIONS THAT WILL BE REQUIRED. FOR THE PURPOSES OF BUDGET PREPARATION, THE OFFEROR SHOULD ASSUME THAT A SUFFICIENT NUMBER OF AMPLIFICATIONS TO YIELD 25 GP160 GENES AND 15 FULL-LENGTH PROVIRUSES/YEAR WILL REQUIRED. ALTERNATIVE METHODS (OTHER THAN LONG-RANGE PCR) FOR DERIVING PROVIRUSES FOR CLONING MAY BE PROPOSED (SEE NOTE 5 BELOW).] C. Provide stringent quality control to prevent PCR contamination, and insure against cross-contamination of samples before, during and after gene amplifications. [NOTE 4 TO OFFEROR: THE OFFEROR SHOULD PROVIDE EXAMPLES OF THE PROTOCOLS AND QUALITY CONTROL PROCEDURES CURRENTLY USED IN THEIR LABORATORY THAT INSURE AGAINST PCR CONTAMINATION AND CROSS- CONTAMINATION OF SAMPLES BEFORE, DURING, AND AFTER THE GENE AMPLIFICATION REACTIONS IN THEIR TECHNICAL PROPOSAL.] D. Clone viral genes and provirus genomes (derived by long range PCR, lambda phage cloning or other method approved by the Project Officer) into appropriate vectors for functionality testing and sequencing. [NOTE 5 TO OFFEROR: THE OFFEROR SHOULD PROPOSE THEIR METHOD OF CHOICE FOR OBTAINING PROVIRAL CLONES, PROVIDING A JUSTIFICATION FOR CHOOSING THIS PARTICULAR METHODOLOGY AND DESCRIBING THEIR EXPERIENCE IN USING IT.] E. Assess the functionality of all cloned genes and provirus genomes. For envelope genes, devise and utilize a strategy to test the ability of the cloned envelope genes to function in cell binding and entry. For provirus clones, test for infectivity and replication and repair non-infectious clones utilizing genetic mutagenesis procedures for clones identified by the Project Officer. [NOTE 6 TO OFFEROR: FOR THE PURPOSE OF PREPARING A BUDGET, THE OFFEROR SHOULD ASSUME THAT OF THE 25 GP160 CLONES ASSIGNED ANNUALLY, 15 WILL BE REQUIRED TO BE FUNCTIONAL, AND OF THE 15 FULL- LENGTH PROVIRUS GENOMIC CLONES ASSIGNED ANNUALLY, 5 WILL BE REQUIRED TO BE FUNCTIONAL.] F. Using automated sequencing techniques, derive the nucleotide sequence of cloned genes and proviruses. Sequencing shall be carried out in both the 3'to 5' and 5'to 3' directions to insure accuracy. [NOTE 7 TO OFFEROR: AT THE PRESENT TIME, THE GOVERNMENT DOES NOT KNOW THE VOLUME OF SEQUENCE DATA THAT WILL BE REQUIRED. FOR THE PURPOSE OF PREPARING A BUDGET, THE OFFEROR SHOULD ASSUME THAT 25 GP160 CLONES AND 15 FULL-LENGTH PROVIRUSES WILL BE CLONED AND SEQUENCED ANNUALLY.] G. Subclone genes derived from provirus clones identified by the Project Officer into shuttle vectors (identified and/or provided by the Project Officer). Mutagenize clones to optimize for their ultimate function, as directed by the Project Officer. Ship these constructs to laboratories identified by the Project Officer. [NOTE 8 TO OFFEROR: FOR THE PURPOSE OF PREPARING A BUDGET, ASSUME A MINIMUM OF 20 SUBCLONES FOR THE ULTIMATE PURPOSE OF MAKING RECOMBINANT VACCINIA VIRUSES (5 GAG GENES, 5 POL GENES, 5 NEF GENES, AND 5 ENV GENES) WILL BE GENERATED ANNUALLY AND SHIPPED TO THE PROJECT OFFICER. THE OFFEROR SHOULD PROVIDE IN THE TECHNICAL PROPOSAL DETAILED INFORMATION ON THEIR EXPERIENCE WITH THE PCR, GENETIC SEQUENCING, CLONING, AND QUALITY ASSURANCE REQUIRED TO COMPLETE THIS TASK.] 2. Compile and analyze genetic sequence data, and transfer data to Genbank and the HIV Genetic Sequence Database and Analysis Unit at the Los Alamos National Laboratory. A. Utilizing commercially available computer software, examine sequence data generated to identify the reading frames, frame-shifts and internal stop codons. Verify the integrity of generated sequences by comparing them with known HIV sequences to insure that the sequences generated are HIV-specific and represent the proper gene fragment. B. Utilizing the services of the HIV Genetic Sequence Database and Analysis Unit, electronically compile and align all nucleotide sequence data, translate nucleotide sequence data into amino acid sequence and align. [NOTE 9 TO OFFEROR: THE CONTRACTOR WILL BE RESPONSIBLE FOR VERIFYING THAT GENETIC SEQUENCES GENERATED ARE HIV-SPECIFIC BEFORE ENLISTING THE SERVICES OF THE HIV GENETIC SEQUENCE DATABASE AND ANALYSIS UNIT. THE HIV GENETIC SEQUENCE DATABASE AND ANALYSIS UNIT WILL CARRY OUT ANALYSIS ON DATA GENERATED AND SUBMITTED BY THE CONTRACTOR, INCLUDING NUCLEOTIDE AND AMINO ACID SEQUENCE ALIGNMENTS, AT NO EXPENSE TO THE CONTRACTOR.] C. Transfer all genetic data to Genbank and the Sequence Database and Analysis Unit as specified in the Deliverables and Reporting Requirements (Attachment B of the RFP). [NOTE 10 TO OFFEROR: ALL GENETIC SEQUENCE DATA WILL BE MADE AVAILABLE BY THE SEQUENCE DATABASE AND ANALYSIS UNIT THROUGH THE INTERNET AND VIA PUBLICATION IN THEIR ANNUAL COMPENDIUM. ALL PROVIDERS OF SAMPLES AND INVESTIGATORS WHO HAVE CONTRIBUTED DIRECTLY TO THE DATA GENERATION WILL BE CITED FOR THEIR CONTRIBUTIONS. IN ADDITION, SEQUENCE DATA AND GENETIC CLONES MAY BE MADE AVAILABLE BY THE PROJECT OFFICER TO VACCINE MANUFACTURERS AS NEEDED.] 3. Receive, catalog, process and store samples, and distribute samples to other investigators. A. Receive samples from laboratories or clinics identified by the Project Officer, including but not limited to HIV culture fluids, frozen peripheral blood mononuclear cells (PBMC) derived from either HIV-infected individuals or from virus cultures, frozen blood plasma, and whole blood collected in the presence of anticoagulants and shipped either at ambient temperature or on ice. [NOTE 11 TO OFFEROR: SAMPLE SUPPLIERS WILL INCLUDE, BUT ARE NOT LIMITED TO THE UNAIDS NETWORK FOR HIV ISOLATION AND CHARACTERIZATION, THE NIAID-SPONSORED AIDS VACCINE EVALUATION GROUP CENTRAL IMMUNOLOGY LABORATORY, CURRENTLY LOCATED AT DUKE UNIVERSITY, AND THE NIAID-SPONSORED HIVNET CENTRAL SUPPORT LABORATORY, CURRENTLY LOCATED AT THE CALIFORNIA DEPARTMENT OF HEALTH SERVICES. PAYMENT FOR SHIPMENT OF SAMPLES TO THE CONTRACTOR WILL BE THE RESPONSIBILITY OF THE SUPPLIER.] B. Advise investigators, identified by the Project Officer, of the most suitable manner for preparing and shipping samples. C. Catalog and store all incoming samples in preparation of genetic analysis. D. Catalog and store aliquots of all amplification reactions and all virus-specific clones derived. E. Ship contract-derived samples, to include but not be limited to cloned viral genes and proviruses, to investigators identified by the Project Officer, including the AIDS Reagent Program. [NOTE 12 TO OFFEROR: AT THE CURRENT TIME, THE GOVERNMENT DOES NOT KNOW WHAT NUMBER OF SAMPLES WILL NEED TO BE SHIPPED. FOR THE PURPOSES OF BUDGET PREPARATION, THE OFFEROR SHOULD ASSUME THAT 5 SAMPLES/MONTH WILL BE SHIPPED TO THE AIDS REAGENT PROGRAM IN ROCKVILLE, MD] F. Handle and transport of all samples under this contract in accordance with all applicable local, state, Federal and international regulations including health and safety standards. Obtain appropriate licenses and permits required by local, state, and Federal authorities for the safe import and distribution of biohazardous samples. G. Obtain evidence from direct suppliers of human blood or tissue samples documenting that the specimens provided were obtained in accordance with the Code of Federal Regulations 45 CFR 46. 4. Provide Inventory and Database Management System. Provide and maintain a computerized inventory and distribution database to track samples and activities under this contract. A. Maintain documentation on file for all incoming and outgoing samples including method of processing, storage conditions and specific storage location. B. Maintain a tracking system such that samples can be traced from receipt through processing, storage, genetic analysis, and distribution. C. Ensure protection against the loss of data by the duplication of data base files on at least a monthly basis. The system in its entirety shall be capable of being transferred to the Government without interruption. D. Provide for the security and safety of data on the samples and information related to the use of the isolates. 5. Provide facilities and resources A. Provide facilities and equipment to receive, store and manipulate biohazardous materials in an appropriate manner, including Biosafety Level 2 containment. The facilities shall provide aseptic and/or sterile conditions as appropriate. B. Provide, maintain and operate facilities for controlled storage of samples and reagents at -10 to -20 degrees C, at -70 to -90 degrees C, and all other items necessary for appropriate storage of biological reagents with requisite monitoring of storage conditions to guarantee continuous proper storage. The reliability of supply systems, electrical power and backup support systems shall be confirmed by the Contractor on a monthly basis. C. Provide protective garments, equipment and sufficient monitoring to assure safe handling of potentially hazardous materials, including biohazardous and radioactive materials. Specifically, the Contractor shall comply with all applicable health and safety regulations while conducting the work set forth herein. D. The Contractor shall conduct work under this contract in accordance with all applicable Federal, state, and local laws, codes, ordinances and regulations. [NOTE 13 TO OFFEROR: THE OFFEROR SHOULD PROVIDE IN THE TECHNICAL PROPOSAL THE FLOOR PLAN OF THE PROPOSED FACILITY AND LIST THE EQUIPMENT AND RESOURCES TO BE DEDICATED TO THE PROJECT. THE OFFEROR SHOULD INCLUDE A SAFETY, HEALTH, AND ACCIDENT PLAN IN THE TECHNICAL PROPOSAL AND INCLUDE A SUMMARY OF THE OFFEROR'S SAFETY AND HEALTH OPERATING PROCEDURES MANUAL. THE OFFEROR SHOULD INCLUDE IN THE TECHNICAL PROPOSAL DOCUMENTATION OF ONGOING PROGRAMS AND PLANS FOR PROGRAMS FOR: ADEQUATE TRAINING OF PERSONNEL HANDLING INFECTIOUS AGENTS INCLUDING OPPORTUNISTIC PATHOGENS ASSOCIATED WITH HIV INFECTION, DECONTAMINATION PROCEDURES, ACCIDENT PROCEDURES, AND MONITORING FOR INFECTION, AS WELL AS THE ABILITY TO IDENTIFY SAFETY STANDARDS APPLICABLE TO PARTICULAR REAGENTS LIKELY TO BE ACQUIRED FOR THE PROJECT, IN CONFORMITY WITH THE HEALTH AND SAFETY CLAUSE, PHS 352.223-70, ATTACHED TO THE RFP. DOCUMENTATION OF THE CERTIFICATION OF THE BIOSAFETY LEVEL 2 CONTAINMENT FACILITY SHOULD BE PROVIDED IN THE TECHNICAL PROPOSAL.] [NOTE 14 TO OFFEROR: THE GOVERNMENT HAS PURCHASED EQUIPMENT FOR THE CURRENT CONTRACTOR, INCLUDING AN AUTOMATED DNA SEQUENCER AND BAR CODE TRACKING EQUIPMENT, THAT WILL BE TRANSFERRED TO THE SUCCESSFUL OFFEROR IF NEEDED.] 6. Report progress according to Reporting Requirements (refer to the "Deliverables and Reporting Requirements" in this contract (Attachment B of this RFP). 7. Meet with Project Officer. A. The Contractor's Principal Investigator and key personnel, shall meet with the Project Officer at periodic intervals to be scheduled after contract award to review progress, anticipated or existing problems, and discuss the continuing work to be performed. A portion of these meetings will also include investigators involved in other segments of the NIAID-supported HIV Variation Initiative, in addition to advisors identified by the Project Officer. B. At least one of the Contractor's key personnel must attend and present information on the results obtained under this contract at one scientific meeting per year identified by the Project Officer. [NOTE 15 TO OFFEROR: FOR THE PURPOSE OF PREPARING A BUDGET, ASSUME A MINIMUM OF 2 VISITS PER YEAR TO BETHESDA, MARYLAND TO MEET WITH THE PROJECT OFFICER, AND ATTENDANCE FOR FOUR DAYS AT THE ANNUAL MEETING OF THE NATIONAL COOPERATIVE VACCINE DEVELOPMENT GROUPS TO BE HELD IN THE GREATER WASHINGTON, D.C. AREA FOR TWO CONTRACT PERSONNEL.] 8. Obtain clearance for publication. Provide advance copies of draft manuscripts (including abstracts and public presentations) resulting from this contact to the Project Officer, and obtain clearance in writing before submitting for publication or presentation. The Contractor shall be bound by the same terms as the Government with respect to the confidential nature of information provided by contributing investigators (as specified by the Project Officer). Government support for this contract must be acknowledged in all abstracts, presentations, and publications. [NOTE 16 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 OR PRESENTATION UNTIL WRITTEN CLEARANCE HAS BEEN RECEIVED FROM THE PROJECT OFFICER. THIS IS NECESSARY TO ENSURE PROTECTION OF THE RIGHTS OF THIRD PARTIES. APPROXIMATELY ONE MONTH SHOULD BE ALLOWED FOR CLEARANCE BY NIAID AFTER RECEIPT.] 9. Implement an orderly transition to a successor Contractor. Provide for an orderly transition of data and samples to a subsequent Contractor or to the Government, subject to Project Officer approval. The Contractor shall deliver, if requested by the Project Officer and by the completion date of the Contract, the following items: original data, preserved reagents, samples, and any necessary information related thereto, and Government-owned equipment and property. ******************************************************************* ******************************************************************* ATTACHMENT B - REPORTING REQUIREMENTS 10/01/97 RFP-NIH-NIAID-DAIDS-98-18 I. Monthly sample reports: Within five working days of the start of each month, the Contractor shall submit a monthly report on samples received the previous month. Two (2) copies shall be submitted to the Project Officer and one (1) copy to the Contracting Officer. Each monthly report shall consist of: 1. A cover page containing: a) Contract number and title; b) Period of performance being reported; c) Contractor's name and address; d) Author(s); and e) Date of submission. 2. Summary of all sample acquisition and status information from the previous month. This document should list for each sample, but not be limited to, the following data: a) Numerical identifier of sample received; b) Laboratory or geographical site from which sample was received; c) Verification that samples were obtained in accordance with 45 CFR 46; d) Date of collection; e) Type of sample received; f) Number and types of aliquots stored; g) Whether gene amplification has been attempted, and if so, whether in progress, successful or unsuccessful. II. Quarterly Technical Reports: By the fifteenth working day of the month following the end of each quarter, the Contractor shall submit three (3) copies of a quarterly progress report as described below. Two (2) copies should be submitted to the Project Officer and one (1) copy to the Contracting Officer. The quarterly report should be factual and concise and consist of the following: 1. A cover page containing: a) Contract number and title; b) Period of performance being reported; c) Contractor's name and address; d) Author(s); and e) Date of submission. 2. Reports shall include but not be limited to the following: a) Section A - An introduction covering the purpose and scope of the contract effort. b) Section B - 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. Description shall include pertinent data and/or figures 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. Specifically, this section shall include, but not be limited to the following: 1) An inventory of samples received, type of sample, source of sample, geographic locale from which sample was derived; 2) An inventory of all reagents derived from each sample, including amplified DNA and clones derived; 3) A report of all genetic analyses carried out on each sample; 4) Nucleotide and amino acid alignments, highlighting similarities, differences or unique observations between samples originating from the same and different geographical locations; 5) An inventory on all samples sent out to collaborating laboratories; 6) Need for replacement or repair of Government furnished equipment; 7) Description of current technical or administrative problems encountered, their resolution or the proposed corrective action; 8) Selected other additional information as may be required by the Project Officer. III. Sequence data and alignments transfer via electronic mail or computer diskette: At the time of submission of each quarterly report, the Contractor shall submit via electronic mail or computer diskette all sequence data and all nucleotide and amino acid alignments generated during that reporting period. Choice of transfer will be determined by the Project Officer. Diskettes shall be formatted and data recorded in a format specified by the Project Officer. IV. Final Report: The Contractor shall submit three (3) copies of the final report documents, two (2) copies to the Project Officer and one (1) copy to the Contracting Officer, which shall summarize the results of the entire contract work for the complete performance period. This report shall be in sufficient detail to explain comprehensively the results achieved and shall be submitted no later than the completion date of the Contract. The final report shall contain: 1. Title Page as described above in paragraph I. 2. Introduction covering the purpose and scope of the contract effort. 3. Description of the overall progress, including a list and description of all clones and sequences derived as well as GenBank accession numbers for all sequences, conclusions resulting from analysis of genetic sequences, and a scientific evaluation of the data accrued under the contract. V. Distribution of reports and diskettes: Copies of the reports shall be submitted as follows: Type of No. of Report Copies Addresses: ______ ______ __________ Monthly sample report 2 Project Officer Quarterly report 2 Preclinical Research Branch Quarterly data diskette 1 VPRP/DAIDS/NIAID Final report 2 Solar Building, Rm 2A32 6003 Executive Blvd. Bethesda, MD 20892-7620 Monthly sample report 1 Contracting Officer Quarterly report 1 CMB, DEA, NIAID Final report 1 Solar Building, Room 3C07 6003 Executive Blvd. Bethesda, MD 20892-7620 If the Contractor is unable to deliver the reports specified above 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 for the delays. VI. Other deliverables 1. The Contractor, subject to Project Officer approval, shall deliver to the Government or its designee at any time during the course of this Contract any samples acquired as part of this contract or any reagents or viral genetic clones generated during the course of this Contract. 2. The Contractor, subject to Project Officer approval shall deliver to the Government or a successor contractor by the expiration date of the Contract, the following items: a) All human subject-derived samples accumulated during the contract period; b) All reagents generated during the course of the Contract; c) A listing, on computer diskette, of accurate and updated information pertaining to samples received and stored, amplified and cloned fragments, and other reagents acquired in the course of this contract, copies of custom software programs developed or acquired during the course of this contract for the purpose of carrying out contract tasks, and any necessary information related thereto; d) Labeled and inventoried paper files; and e) Government-owned equipment and property. ******************************************************************* ******************************************************************* ATTACHMENT C - EVALUATION FACTORS FOR AWARD 10/01/97 RFP-NIH-NIAID-DAIDS-98-18 Selection of an offeror for contract award will be based on an evaluation of proposals against two factors. The factors in order of importance are: technical and cost. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall contract award decision. Offerors are advised that award will be made to that offeror whose proposal provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective contractors in relation to the needs of the project as set forth in the RFP. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFP. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below. TECHNICAL EVALUATION CRITERIA POINTS 1. Technical Approach . . . . . . . . . . . . . . . . . . . . . 50 The technical adequacy, feasibility, and approaches of the proposal, including alternative strategies and relevant experience, for: (a) Amplifying, cloning, functionality testing, and sequencing HIV-1 genes and full-length proviruses (40 points). 1) Development and evaluation of nucleotide primers sufficient to amplify specific viral genes, including but not limited to HIV-1 gp120 and full length gp160 genes, and full-length proviruses, for all known genetic subtypes of HIV. 2) Amplification of viral genes and full-length proviruses, including those specified in the paragraph above, using the polymerase chain reaction (PCR), from HIV-infected tissues and virus cultures. 3) Cloning of genes and full-length proviruses, derived by PCR amplification or other state-of-the-art procedure that has a high likelihood of preserving the functionality of the genes, into various vectors, including prokaryotic and eucaryotic expression vectors. 4) Testing functionality of cloned genes for ability to encode protein of proper size and/or function, and testing functionality proviral clones for infectiousness. 5) Genetic sequencing of amplified fragments using state-of -the-art automated sequencing systems. 6) Quality control procedures to insure against sample cross- contamination. 7) New assay development and adaptation for large scale use of assays designed to increase the efficiency of genetic sequencing, cloning, gene/provirus functionality testing, and sequence analysis. (b) Compiling and analyzing sequence data and management of samples and data (10 points). 1) Nucleotide sequence analysis and alignment using state-of-the-art computer software. 2) Specimen management and administrative/logistical approach to address receiving, handling, storing and tracking of samples. 2. Qualifications and availability of scientific staff . . . . 35 (a) Principal investigator: Relevance and quality of recent work, experience with technical approaches required, documented availability for the proposed project, and experience with managing projects of similar complexity. (b) Other scientific and technical staff: Relevance and extent of experience of other professional and research technical and support staff and their documented capability to perform their roles in proposed studies, expertise in similar projects, the logistical adequacy of the staffing plan for the conduct of the project, including the time commitment of the professional and technical staff. 3. Facilities and Resources . . . . . . . . . . . . . . . . . . 15 Availability and adequacy of facilities, equipment and resources necessary to 1) receive and process and store hazardous and infectious agents and, 2) to carry out sophisticated gene amplification, cloning, sequencing and analysis. The offeror must provide: (a) a detailed floor plan of the proposed facility which shows the location and proximity of the equipment and resources; (b) information regarding ownership/lease of the facility which demonstrates availability for the duration of the proposed contract; (c) plan for compliance with all safety guidelines and regulations, including training and monitoring of personnel for exposure to infectious and hazardous reagents. (d) Plan for orderly transition of data and samples to a subsequent contractor or to the Government. TOTAL 100 POINTS ******************************************************************* ******************************************************************* ATTACHMENT D - PROPOSAL INTENT RESPONSE SHEET RFP-NIH-NIAID-DAIDS-98-18 FURNISH THE INFORMATION REQUESTED BELOW AND RETURN THIS PAGE BY THE EARLIEST PRACTICABLE DATE (NO LATER THAN BY NOVEMBER 11, 1997). IF YOU INTEND TO SUBMIT A PROPOSAL, IT IS ESSENTIAL THAT YOU SUBMIT THE PROPOSAL INTENT FORM, OR IMMEDIATELY NOTIFY MS. KRISTIANE E. COOPER, CONTRACT SPECIALIST, OR LAWRENCE BUTLER, CONTRACTING OFFICER, OF THE NIAID CONTRACTING OFFICE OF YOUR INTENT, AT THE FOLLOWING INTERNET ADDRESSES: kc116y@nih.gov lb13t@nih.gov _____________________________________________________________ (ORGANIZATION) [] DO INTEND TO SUBMIT A PROPOSAL FOR THE FOLLOWING: "GENETIC VARIATION OF HIV AND RELATED LENTIVIRUSES" RFP-NIH-NIAID-DAIDS-98-18 ______________________________)_____________________________ (ORGANIZATION) [] 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: Fax # 301/402-0972 E-mail: kc116y@nih.gov or lb13t@nih.gov Attn: Kristiane E. Cooper or Lawrence Butler RETURN BY: NOVEMBER 11, 1997 *********************************************************** ******************************************************************* ATTACHMENT E - SPECIFIC RFP INSTRUCTIONS AND PROVISIONS RFP-NIH-NIAID-DAIDS-98-18 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 F, "Applicable RFP References." 1. 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 14, 1998. It is anticipated that the award from this solicitation will be multiple-year, cost-reimbursement type level-of-completion contract with a period of performance of 6 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]. 2. LEVEL OF EFFORT The Government's estimate for the work set forth in the Statement of Work of this solicitation is 550% per year for each of the 6 years of the contract. It is estimated that the effort will be constituted as specified below and will be expended approximately as follows: Percent Effort Per Year* Position Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Total -------- ------ ------ ------ ------ ------ ------ ----- P.I. 25% 25% 25% 25% 25% 25% 150% Investigator 100% 100% 100% 100% 100% 100% 600% Sr. Res. Assoc. 100% 100% 100% 100% 100% 100% 600% Lab. Supv. 50% 50% 50% 50% 50% 50% 300% Res. Asst. 200% 200% 200% 200% 200% 200% 1,200% Admin. Asst. 25% 25% 25% 25% 25% 25% 150% Data Manager 50% 50% 50% 50% 50% 50% 300% Total 550% 550% 550% 550% 550% 550% 3,300% * 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. 3. 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 acknowledgment of receipt from: Mr. Lawrence M. Butler 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. ******************************************************************* ******************************************************************* ATTACHMENT F - APPLICABLE RFP REFERENCES RFP-NIH-NIAID-DAIDS-98-18 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" (item 2.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) FACILITIES CAPITAL COST OF MONEY (FOR COMMERCIAL ORGANIZATIONS) (3) SMALL, SMALL DISADVANTAGED AND WOMEN OWNED SMALL BUSINESS SUBCONTRACTING PLAN (DOES NOT APPLY TO SMALL BUSINESS CONCERNS) 3. The following items are applicable from the subdirectory entitled "FORMS, FORMATS, AND ATTACHMENTS": Applicable to TECHNICAL PROPOSAL (SUBMIT WITH ORIGINAL PROPOSAL) ------------------------------------------------------ (1) Technical Proposal Cover Sheet (2) Technical Proposal Cost Information (3) Summary of Current and Proposed Activities Applicable to BUSINESS PROPOSAL (SUBMIT WITH ORIGINAL PROPOSAL) ----------------------------------------------------- (4) Contract Pricing Proposal, SF-1411 (5) Proposal Summary and Data record, NIH-2043 (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 (9) Form NIH 2706 (Financial Report) and Instructions for Completing Form NIH 2706; note - financial reports are not always required and this will be discussed during negotiations (10) Procurement of Certain Equipment, NIH(RC)-7 (11) Safety and Health, PHSAR Clauese 352.223-70 OTHER - TO BE SUBMITTED AFTER DETERMINATION OF THE COMPETITIVE RANGE -------------------------------------------------- (12) Certificate of Current Cost or Pricing Data, NIH-1397 (13) Small, Small Disadvantaged & Women-Owned Small Business Subcontracting Plan 4. The Representations and Certifications are applicable and should be submitted with the original proposal. 5. The "Sample Contract Format-General" is applicable. ******************************************************************* ******************************************************************* ATTACHMENT G - HOW TO PREAPRE AND SUBMIT A PROPOSAL RFP-NIH-NIAID-DAIDS-98-18 1. ABOUT NIAID'S ELECTRONIC PROPOSAL AND REVIEW SYSTEM (EPRS) The National Institute of Allergy and Infectious Diseases is using RFP NIH-NIAID-DAIDS-98-18 to test the Electronic Proposal and Review System (EPRS) developed by the NIAID. Proposals in response to this Request For Proposal (RFP) will be submitted electronically over the Internet. Adequate security will be provided by using a dedicated server with access restricted through passwords. Following the initial phase of electronic submission by the offerors, proposals will be forwarded to the selected peer reviewers where they will be read and evaluated electronically. The peer review is designed so that a face-to-face meeting is not required. Instead the proposals will be accessed by peer reviewers through the Internet. Best and Final Offers (BAFOs) will also be submitted and reviewed electronically. This electronic acquisition approach will save the government and, hence, the taxpayer the costs of travel and per diem for the reviewers, and of shipping proposals to the reviewers. Offerors will be spared the cost of copying and shipping proposals, which can be a significant expense. This approach should also reduce the staff time needed to process an action through to award. We anticipate that the savings in staff time will be much greater than the savings in postage and paper costs. 2. ELECTRONIC SUBMISSION INSTRUCTIONS a. GENERAL. To submit a proposal electronically under this RFP, Offerors will need to prepare the proposal on a word processor or spreadsheet program (for the cost portions) and convert them to Adobe Acrobat Portable Document Format (PDF). The technical proposal and business proposal must be contained on separate files. Further, to expedite the file transferring process, the two files must be named using the following DOS naming convention: Technical Proposal c:\rfp9818\techprop.pdf Business Proposal c:\rfp9818\busiprop.pdf Approximately THREE weeks prior to the due date of proposals, all offerors will be provided with specific electronic access information and electronic proposal transmission instructions. For this reason, it is imperative that all offerors who are intending to submit a proposal in response to this RFP contact the Contract Specialist identified in this RFP and complete and submit the attached Proposal Intent Form by NOVEMBER 11, 1997. Note: THERE IS NO LIMIT TO THE SIZE (MB) OF THE TWO ELECTRONIC PDF FILES TO BE SUBMITTED; HOWEVER, THE SIZE OF THE TECHNICAL PROPOSAL IS LIMITED TO THE PAGE LIMITATION LANGUAGE OUTLINED BELOW. FOR PURPOSES OF ASSESSING COMPLIANCE WITH THE PAGE COUNT, TECHNICAL PROPOSALS WILL BE VIEWED USING THE PRINT FUNCTION OF THE ADOBE ACROBAT READER. b. ADDITIONAL SUGGESTIONS. Do not embed sound or video (e.g., MPEG) files into the proposal documents. The evaluation system will not incorporate a capability to read these files. Graphics which are embedded into documents should be kept as simple as possible. Complex graphics require longer periods for the computers used in the evaluation system to draw, and redraw these figures and scrolling through the document is slowed significantly. Suggestions include: - Limit colors to 256 colors at 1024x768 resolution; avoid color gradients. - Simplify the color palette used in creating figures. - Be aware of how large these graphics files become. Large files are discouraged. c. PAGE LIMITS. THE NARRATIVE PORTION OF THE TECHNICAL PROPOSAL IS LIMITED TO ONE HUNDRED (100) PAGES. Cover pages, tables of contents, listing of figures, and indices may be used and will not be included in the page count (See technical proposal table of contents, below, for specific exceptions). PAGES IN EXCESS OF THE MAXIMUM WILL BE DELETED AND WILL NOT BE READ OR EVALUATED. A transmittal letter may be used to forward proposals to the Contract Specialist and will not count against the page count. PLEASE NOTE THAT NO PAGE LIMITATION HAS BEEN PLACED ON THE CONTENTS OF THE BUSINESS PROPOSAL. Type density and size must be 10 to 12 points. If constant spacing is used, there should be no more than 15 cpi, whereas proportional spacing should provide an average of no more than 15 cpi. There must be no more than six lines of text within a vertical inch." Margins must be set to 1 inch around. Business Proposal and Technical Proposal preparation instructions along with proposal table of contents are detailed below: 3. TECHNICAL PROPOSAL INSTRUCTIONS a. GENERAL. THE ENTIRE TECHNICAL PROPOSAL, EXCEPT AS NOTED BELOW IN THE TECHNICAL PROPOSAL TABLE OF CONTENTS, IS TO BE SUBMITTED ELECTRONICALLY. The Standard RFP Instructions and Provisions, in the subdirectory C. RFP References, provide more detail on the TECHNICAL PROPOSAL requirements. The format of your TECHNICAL PROPOSAL is detailed in the "Technical Proposal Table of Contents," below. 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. b. TECHNICAL PROPOSAL TABLE OF CONTENTS PLEASE USE THE FOLLOWING FORMAT TO ORGANIZE AND PRESENT YOUR TECHNICAL PROPOSAL: SECTIONS/FORMAT 1. TECHNICAL PROPOSAL COVER SHEET (Form in Section C of Gopher RFP: FORMS, FORMATS, ATTACHMENTS) 2. TECHNICAL PROPOSAL TABLE OF CONTENTS 3. TECHNICAL/PROJECT PLAN (IN NARRATIVE)* a. STATEMENT OF WORK - addresses objectives, approach, methods and schedule; discusses the offeror's experience with comparable work, and methods/approach to be used for accomplishing each item in the Statement of Work, including potential problems and solutions. b. PERSONNEL (List individuals by name, title, department and organization, and detail each person's qualifications, role, and level of effort and availability for this project, in NARRATIVE format (ATTACH RESUMES IN SECTION 4 BELOW AND A FLOWCHART SHOWING ORGANIZATIONAL LINES OF AUTHORITY); identify any subcontractor/consultant personnel and provide their qualifications) [NOTE: FOR KEY PERSONNEL, ALSO INCLUDE THE FORM ENTITLED "SUMMARY OF CURRENT AND PROPOSED ACTIVITIES" UNDER PARAGRAPH 4b. BELOW] c. FACILITIES AND RESOURCES/OTHER CONSIDERATIONS (list/describe all equipment, facilities and other resources available for this project; discuss Contractor's location in relation to the NIH/DAIDS and plans for ensuring close communications during the contract); 4. APPENDICES: (list each appendix; appendices should be clear and legible, and easily located) ELECTRONIC SUBMISSION OF APPENDICES: a. Individual biosketches; flowchart of organizational structure for this project; b. "Summary of Current and Proposed Activities" (ALL key personnel should be listed on this form; it is located in the FORMS, FORMATS, ATTACHMENTS Directory found in Section C, Gopher RFP); c. "Technical Proposal Cost Information" form (located in Section C, Gopher RFP, FORMS, FORMATS, & ATTACHMENTS); d. Table of Contents of SOP manual; any representative samples of SOPs particularly pertinent to this effort which are available electronically; e. A list of collaborators for whom commitment letters have been submitted in hardcopy (see below); and HARDCOPY SUBMISSION OF APPENDICES:** (Note: THESE ITEMS ARE EXCLUDED FROM OUR ELECTRONIC SUBMISSION REQUIREMENT AND WILL NOT BE SUBJECT TO PAGE LIMITATIONS. INSTEAD ALL OFFERORS MUST SUBMIT TEN (10) PAPER COPIES OF THIS INFORMATION) f. Complete SOPs; any other pertinent policy manuals; any letters of collaboration from other investigators; nonscannable figures or data. * Sections 3.a through 4.e. above MUST NOT EXCEED 100 PAGES ** The offeror may choose to use a scanner to scan letters or relatively small documents to be submitted electronically rather than in hardcopy; this is encouraged, but not mandatory. *********************************************************** ******************************************************************* 4. BUSINESS PROPOSAL INSTRUCTIONS a. GENERAL. THE ENTIRE BUSINESS PROPOSAL IS TO BE SUBMITTED ELECTRONICALLY. There are no page limits with the business proposal. The Standard RFP Instructions and Provisions, in the subdirectory C. RFP References, provide more detail on the BUSINESS PROPOSAL requirements. Following proposal submission and review, additional information will be requested by the Contracting Officer from all offerors which comprise the competitive range. The format of your BUSINESS PROPOSAL is detailed in the "Business Proposal Table of Contents", below. With the Business Proposal, please submit Form NIH-2043, "Proposal Summary and Data Record," 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. b. ESCALATION. 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. Final inflation increases will be subject to the negotiation process taking into consideration the most current consumer price index (cpi). c. BUSINESS PROPOSAL TABLE OF CONTENTS PLEASE USE THE FOLLOWING FORMAT TO ORGANIZE AND PRESENT YOUR BUSINESS PROPOSAL: SECTIONS/FORMAT 1. Contract Pricing Proposal Cover Sheet - SF 1411 (located in the NIH Gopher under the FORMS, FORMATS, AND ATTACHMENTS subdirectory found in C. RFP REFERENCES) 2. Proposal Summary and Data Record, NIH 2043 (located in the NIH Gopher under the FORMS, FORMATS, AND ATTACHMENTS subdirectory found in C. RFP REFERENCES) 3. Business Proposal Cost Information and Cost Spreadsheets (instructions located in the NIH Gopher under the FORMS, FORMATS, AND ATTACHMENTS subdirectory found in C. RFP REFERENCES) which include an itemized cost element breakdown, for each year of the contract. Cost elements on these spreadsheets include (as applicable): Direct Labor, Fringe Benefits, Materials, Subcontracts, Travel, Equipment, ODC, Raw Materials, Purchased Parts, Indirect Costs, Fee. 4. Business Plan - the business plan has the following components: A narrative of the BASIS of costs proposed; do not provide documentation with initial proposal; Qualification of the Offeror - This includes: General Experience, Organizational Experience Related to the RFP, Performance History, Pertinent Contracts and Grants; Property, Equipment, Facilities to be dedicated to this work; Royalties, Financial Capacity, Subcontractors 5. Representations and Certifications (from the subdirectory entitled "FORMS, FORMATS, AND ATTACHMENTS) 6. Other Forms/Information Disclosure of Lobbying Activities, OMB LLL (from the subdirectory entitled "FORMS, FORMATS, AND ATTACHMENTS) *********************************************************** 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-98-18 TO BE OPENED BY AUTHORIZED GOVERNMENT PERSONNEL ONLY Number of Copies: ________________ TECHNICAL PROPOSAL: ONE (1) ORIGINAL WITH TEN (10) COPIES OF SOPs, PERTINENT MANUALS, NONSCANNABLE FIGURES OR DATA, AND LETTERS OF COLLABORATION/INTENT) BUSINESS PROPOSAL: ONE (1) ORIGINAL 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 NOTE: Please refrain from using the U.S. Postal Services "Express Mail." 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). ******************************************************************* *******************************************************************