|
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1997 PSA#1899National Institutes of Health, National Institute of Allergy and
Infectious Diseases, Contract Management Branch, Solar Bldg., Room
3C07, 6003 Executive Blvd. MSC 7610, Bethesda, MD 20892-7610 A -- NIAID CLINICAL RESEARCH PRODUCTS MANAGEMENT CENTER SOL
RFP-NIH-NIAID-DAIDS-98-04 DUE 110797 POC Bruce E. Anderson, Contracting
Officer, (301) 496-8371, FAX: (301) 402-0972, E-MAIL: ba9i@nih.gov The
National Institute of Allergy and Infectious Diseases is seeking
organizations with the capability to operate and maintain the NIAID
Clinical Research Products Management Center (the CENTER) for
investigational agents used in clinical trials sponsored by the
Division of AIDS (Standard Industrial Code 8731). Organizations must
demonstrate that they meet all applicable Food and Drug Administration
Current Good Manufacturing Practice regulations, (Title 21, Code of
Federal Regulations, Parts 210 and 211) and hold current distributor's,
manufacturing and infectious waste licenses for the locality and/or
state and a Drug Enforcement Agency (DEA) license. The Principal
Investigator must be a licensed pharmacist. The CENTER receives
shipments of investigational products from domestic, commercial or
foreign sources, reconciles shipments with shipping lists, monitors
conditions, identifies discrepancies and stores the study products
under appropriate storage conditions (controlled room temperature, 2
to8 degrees Celsius, -20 to -10 degrees Celsius and -80 degrees
Celsius). The offeror should have a minimum of 12,000 square feet of
storage at controlled room temperature, 4,500 cubic feet at 2 to 8
degrees Celsius, 2,000 cubic feet at -20 degrees Celsius and 20 cubic
feet at -80 degrees Celsius. The facility must have a 24 hour monitored
security system, fire protection and an emergency generator. The CENTER
submits samples of product containers and/or labeling for approval by
the DAIDS Quality Assurance Committee; confirms that product requests
are from authorized investigators, and then processes orders and
appropriately packages items to ensure safe, intact delivery; ships to
domestic and foreign sites, keeping records of all transactions;
maintains the inventory and monitors the usage rate of investigational
study products; packages and labels for patient specific dispensing;
maintains distribution records; follows quality assurance measures; in
certain cases, purchases the study agent as required; receives and
processes recalled, expired or unused products from clinical sites;
documents and disposes of returns according to applicable regulations;
and maintains a computerized data processing system for inventory and
distribution records. It is estimated that, at a minimum,
approximately 1,000 orders per month will be processed. Successful
operation, management and coordination of the activities of the CENTER
require the following demonstrated capabilities: (1) knowledge, recent
experience and demonstrated competence in storing, packaging, labeling
and distributing pharmaceuticals, biologics and vaccines according to
regulations governing investigational agents; (2) available staff who
can effectively and efficiently coordinate the operation of the CENTER
by interacting with the Division of AIDS, pharmaceutical and
biotechnology companies, and with clinical site pharmacists and
investigators (it is estimated that the level of effort needed will be
7-9 full-time equivalents per year); (3) personnel with recent
documented experience in operating a similar facility of comparable
size and complexity; the proposed Principal Investigator must be a
Registered Pharmacist with clinical trial and hospital pharmacy
management experience, licensed in the local jurisdiction; (4)
documented experience in maintaining and updating a database system to
track all information related to the activities of the CENTER,
including receipt, shipping, distribution, inventory, packaging,
labeling, purchasing, processing returns, disposal of study products;
(5) ability to efficiently and safely move the operation of the present
CENTER to a the Contractor's location in one month, and to transfer the
CENTER to a new location at the conclusion of this contract; (6)
experience in providing pharmaceutical and drug information services;
(7) availability of adequate facilities, equipment and resources
necessary to operate and maintain the CENTER; facilities to receive and
dispose of biohazardous and infectious agents; compliance with all
safety standards, guidelines and regulations, including training and
monitoring of personnel for exposure to biohazardous and infectious
agents; (8) ability to maintain close and effective communications and
interactions with the DAIDS/NIH as well as various pharmaceutical and
biotechnology companies and clinical trial pharmacists and
investigators; this contract will require frequent close communication
and interaction between the Contractor and the DAIDS; the Government
believes that the ability to meet face-to-face on a weekly and
impromptu basis with the DAIDS (at the NIH) is necessary in order to
effectively manage this contract; therefore, either the Contractor and
the CENTER should be located in the Washington D.C. area, or the
company should submit plans demonstrating how the contract can be
managed successfully at a distance; the current location of the DAIDS,
NIH is at the Solar Building on Executive Boulevard in Rockville, MD;
the company should address their location in relation to the DAIDS,
NIH, explaining how their location will enhance performance of this
contract. The DAIDS may periodically site visit the CENTER to determine
the adequacy of the facilities, resources and condition of research
products. The contract period is estimated to be seven (7) years,
beginning on or about August 15, 1998, and a cost reimbursement
contract is expected to be awarded. The Government must have direct
oversight of this contract in order to ensure the appropriate
distribution of study products. The Prime contractor is responsible for
all work performed under this contract. While subcontracting is
permitted, the storage and distribution of products, and the management
of the NIAID Clinical Research Products Management Center as described
herein must be performed by the Prime contractor; product purchasing,
specialized packaging and quality control of study agents, as well as
other activities, may be subcontracted. RFP-NIH-NIAID-DAIDS-98-04 will
be available electronically on or about August 14, 1997, and may be
accessed through either the NIAID Contract Management Branch (CMB) Home
Page or the NIH Gopher by using the following electronic addresses and
instructions: (1) NIAID/CMB Home Page (via the World Wide Web): Access
by using http://www.niaid.nih.gov/contract and select the "RFPs" link.
(2) To access the NIH Gopher: Point your Gopher client to
GOPHER.NIH.GOV PORT 70 (You should now be in the NIH Gopher). Select
"Grants and Research Information", then select "R&D Requests for
Proposals (RFP)". Please note that the RFP for this procurement has
been revised to include only the Work Statement, deliverable and
reporting requirements, the Technical Evaluation Criteria, and the
proposal preparation instructions. All information required for the
submission of an offer will be contained in the electronic RFP package.
Following proposal submission and the initial review process, offerors
comprising the competitive range will be requested to provide
additional documentation to the Contracting Officer. Responses to this
RFP will be due on November 7, 1997. Any responsible offeror may
submit a proposal which will be considered by the Government. This
advertisement does not commit the Government to award a contract. Point
of Contact: Bruce E. Anderson, Contracting Officer Electronic mail
address: ba9i@nih.gov Telephone: (301) 496-8371 FAX: (301) 402-0972 No
collect calls will be accepted. (0210) Loren Data Corp. http://www.ld.com (SYN# 0004 19970731\A-0004.SOL)
A - Research and Development Index Page
|
|