Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
SOURCES SOUGHT

A -- Research and Development for improved technologies for the prevention and treatment of prostate cancer.

Notice Date
4/6/2011
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-11-R-UCVP
 
Response Due
4/22/2011
 
Archive Date
6/21/2011
 
Point of Contact
Shawn Haubner, 508-233-6167
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(shawn.haubner@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: This is a Sources Sought Notice (SSN) for planning purposes only, as defined in Federal Acquisition Register (FAR) 15.201e. This is a Qualified/Capable Business Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This notice is for market research purposes only to obtain information regarding (1) the availability and capability of all qualified business sources, (2) including small businesses; HUB Zone small businesses; service-disabled small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The North American Industry Classification System (NAICS) Code(s) is/are 541711. Your responses to the information requested will assist the Government in determining the appropriate acquisition method to conduct clinical trials for patients with rising PSA's and nonpalpable biopsy confirmed prostate cancer to support development of an FDA-approved, cost effective, and widely available prostate cancer vaccine to treat both early stages of prostate cancer as well as recurrent prostate cancer. In accordance with current FDA recommendations for therapeutic cancer vaccines, early clinical trials should: study the safety profile of the vaccine; study the optimal starting dose and dosing schedule for the product; and identify and study the potential biological activities to provide scientific data on which to base further product development. BACKGROUND: The Department of Defense has the need for improved methodologies for the prevention and treatment of prostate cancer, the most common cancer in US military veterans. Despite current treatment options such as surgery, radiation, and hormone therapy, the disease often comes back (recurrent disease) and can become incurable. Immunotherapy, such as therapeutic vaccines, aims at enhancing the immune response to cancer by directing the immune system to recognize and eliminate tumor cells. The DoD seeks to conduct clinical trials to support the development of a therapeutic vaccine to treat both early stages of prostate cancer as well as recurrent, D3 prostate cancer. This effort seeks to provide improved, cost effective, and widely available treatment options to DoD and Navy populations. PURPOSE AND OBJECTIVES: The objective of issuing this SSN is to gather information that will assist in the determination of a suitable contract solution for conducting a clinical trial for patients with rising PSA's and nonpalpable biopsy confirmed prostate cancer. In accordance with current FDA recommendations for therapeutic cancer vaccines, the clinical trials supported through this acquisition should study the safety profile of the vaccine; study the optimal starting dose and dosing schedule for the product; and identify and study the potential biological activities to provide scientific data on which to base further product development. Interested parties should provide detailed responses and/or materials related to their capabilities to fulfill ANY OR ALL of the inquiries listed below: (1) Description of your company's experience with the program management of technically complex efforts, to include existing capabilities to manage pharmaceutical product development efforts through FDA approval including assuming product sponsorship. a. Product(s) taken to FDA licensure/approval, including product type. b. Current products under development expected to achieve FDA licensure. Include explanation of product type and current stage of development. c. Experience conducting clinical trials and animal studies in accordance with BUMED IRB and IACUC guidelines, DON HRPP guidance, and 21 CFR 314 Subpart I or 601 Subpart H (i.e., the Animal Rule) protocols. d. Experience conducting the following types of research and development studies: efficacy studies; genetic and reproduction toxicology studies; short-term and long-term toxicology studies; range-finding toxicology, toxicokinetic/pharmacokinetic studies; absorption, distribution, metabolism and excretion (ADME) studies; safety pharmacology analysis; mechanism of action studies. (2) Ability to manufacture current Good Manufacturing Practices (cGMP)-compliant clinical material to support Phase 1 and/or Phase 2 clinical studies. a. Experience with performing chemistry, manufacturing, and controls (CMC) studies and activities to include: standard characterization; assay development and validation; process development and validation; process scale-up assessments; preparation of technology transfer packages; formulation preparation and analysis; clinical trial formulation development; clinical dose delivery; container closure/extractables/leachables/compatability and sterilization. b. Estimate of small and/or large-scale cGMP-compliant manufacturing capability. c. Experience implementing International Conference of Harmonization (ICH) stability test programs to establish product shelf life, storage conditions and stability; experience conducting stability and compatibility testing of the pharmaceutical with the delivery device. (3) Ability to manage and conduct clinical study activities, Phase 1 dose escalation/pharmacokinetic studies and Phase 2 expanded safety/drug-drug interaction studies, in accordance with FDA regulations and Good Clinical Practices (GCP) guidelines. a. Experience designing GCP-compliant clinical protocols, informed consent forms, and case report forms sufficient for submission to the Human Subjects Research Review Board (HSRRB). b. Experience managing day-to-day clinical study operations, to include study drug and study supplies inventory management, severe adverse event management, and safety monitoring board management. c. Experience with clinical study data management, archiving and final study report generation. d. Experience with the design and conduct of the bioanalytical and pharmacokinetic (BA/PK) aspects of human clinical trials as well as with the analysis and evaluation of BA/PK data from human clinical trials. e. Experience with statistical planning and analysis should include developing a detailed statistical analysis plan, developing a subject randomization scheme, conducting interim and final analyses, and preparing a final statistical report. f. Experience in designing clinical protocols to evaluate a multi-drug prophylactic regimen. (i.e., evaluate drug-drug interactions for concomitantly administered pharmaceuticals) (4) Ability to evaluate and incorporate enabling technologies critical to enhance and/or prolong the drug product shelf life. a. Individual unique identification (IUID) and visual temperature to time indicator (TTI) product labeling, other than syringe and needle administration, and stabilizing technologies to ensure stability across a wide range of temperatures. (5) Description of your company's experience with FDA regulatory interactions leading to product approval/licensure, to include: a. Ability to manage activities related to the development of an IND application and New Drug Application (NDA)/Biologics License Application (BLA) submissions. Describe experience with submissions in an electronic Common Technical Document (eCTD) format. b. Engaging in meetings, Types A, B and C, with the FDA and preparation of pre-meeting information packets. c. Preparation and submission of Special Protocol Assessments. Respondents are invited to provide materials related to their capabilities to fulfill ANY OR ALL of the inquiries listed above. Respondents should provide responses whether their level of interest and current capability is to fulfill the entire scope of the effort, or a limited aspect of the effort, such as teaming as a subcontractor with another firm. The Government will retain comments and information received in response to this SSN. Proprietary information should be identified as Company Proprietary. Do not use Government Security classification markings. Questions regarding this SSN should be forwarded to Mr. Shawn Haubner at: shawn.haubner@us.army.mil within ten (10) days after SSN release. SUBMISSION INSTRUCTIONS: All written responses must be received by Friday April 22, 2011. Submissions should: (1) use Microsoft Word or Adobe Portable Document Format (PDF); (2) be sent to Mr. Shawn Haubner, EMAIL ADDRESS: shawn.haubner@us.army.mil; (3) be minimum 11 font on 8.5" X 11" paper; (4) be complete, sufficiently detailed, and organized in a manner that tracks to the information requested in this SSN; (5) include a single company point of contact with name, title, address, telephone and fax numbers, and e-mail address(es); and (6) not exceed 15 single sided pages in total (not including cover page and cover letter). Material that is advertisement only in nature is not desired. DISCLAIMER AND IMPORTANT NOTES: The Government will not pay for any information submitted in response hereto. This notice does not obligate the Government to issue a solicitation or to award a contract. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation which may be published in the future. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. POINTS OF CONTACT: Program Office Address: Naval Health Research Center, 140 Sylvester Rd. San Diego, CA 92106 Point of Contact: Victor Hernandez, (619) 524-9832; e-mail: victor.hernandez1@med.navy.mil Contracting Office Address: Army Contracting Command-Aberdeen Proving Ground Natick Contracting Division, 100 Medway Rd, Milford, MA 01757 Point of Contact: Shawn Haubner, (508) 233-6167; e-mail: shawn.haubner@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9401fd04b024f6133c7e6aa750a5d1c1)
 
Record
SN02418890-W 20110408/110406235025-9401fd04b024f6133c7e6aa750a5d1c1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.