|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1999 PSA#2267National 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 -- DRAFT INITIATIVE MARKET RESEARCH SOL NIH-NIAID-00-26 DUE 021299
POC Mr. Paul D. McFarlane, Contracting Officer, 301-496-0349 The
Government is conducting market research to determine the interest and
capability of influenza vaccine manufacturers to participate in
producing batches of influenza virus vaccines to support clinical
studies. Proposals are not being solicited at this time. The vaccines
required for the clinical studies are to be prepared from avian
influenza virus subtypes with high pandemic potential. This market
research is part of the NIAID/NIH contribution to the Influenza
Pandemic Preparedness Plan. Information has been gathered on relevant
influenza A virus subtypes, and candidate avian viruses for use in
clinical studies have been prioritized: H5N1, H7N7 (Eurasian lineage)
and H7N3 (North American lineage), H2N2, H9N2, and H1N1 (avian-like
H1). Pilot lots of inactivated vaccine, live-attenuated vaccine, and
recombinant protein vaccine against each virus subtype listed above
will be prepared safety and immunogenicity of the vaccines can be
evaluated in controlled clinical trials sponsored by the Government.
The overall objective of this activity is to gain knowledge that will
better prepare us for dealing with an influenza pandemic. As a first
step, the Government would like to proceed with the development of
influenza A H5N1 virus vaccines. A reassortant produced with the A/Ann
Arbor/6/60 ca virus is currently available for H5N1 live-attenuated
vaccine production. Additional appropriate reference viruses and
reassortants for the preparation of the H5N1-inactivated vaccines are
being prepared. It is anticipated that reassortants produced using
A/Puerto Rico/8/34 as the high growth donor strain will be provided;
however, if this is not possible, reassortants produced with the A/Ann
Arbor/6/60 ca virus may be used. For recombinant protein vaccines, the
Government or industry might be sources for plasmids for specific
influenza A virus hemagglutinins. For each vaccine lot, the
manufacturer would be expected to provide no less than 2000 single dose
containers (in doses to be established by the Government) produced
according to current good manufacturing practices to permit use of the
vaccines in clinical trials. The manufacturer would also be expected
to take responsibility for all release testing including required and
appropriate tests for safety, sterility and potency, and to provide
full documentation to the Government (NIH and FDA) to support Phase I
and Phase II clinical evaluations of the vaccine. The Government is
also seeking manufacturer input on the following issues: 1. Do
manufacturers have a preference for a particular reassortant background
(i.e. PR-8 versus AA/6/60)? 2. If manufacturers are not able to
participate in initial production of H5N1 vaccines, is there interest
in any/all of the other subtypes listed above? The timeframe for
completing production of the vaccines is flexible; however, it is
anticipated that the effort would be finished prior to the start of the
2000-2001 influenza vaccine production. Therefore, it would be useful
for the Government to know the approximate lead-time foreseen to begin
this effort upon notice of contract award. Please provide a brief
(maximum 8 pages) description of your institution's interest,
capability and capacity to conduct this effort. As part of this
description, you may include a "rough" cost estimate of your approach
to the effort. This estimate should identify the total number of hours
(or total percentage), the direct labor cost (combined amount, not
separated by labor category), the materials and supplies, computer
costs, and any other direct costs. Please identify your institution's
fringe benefit and indirect (overhead) rates as well as any profit (or
other fees) which may be applied to the direct costs. This estimate
will assist NIAID with its planning for this acquisition. Your
institution will not be held to these figures should the NIAID choose
to negotiate a contract award. Please direct any questions regarding
this effort to Mr. Paul D. McFarlane, Contracting Officer, NIAID at
301-496-0349, e-mail pm24v@nih.gov or to Dr. Pamela McInnes,
Respiratory Diseases Branch Chief, NIAID at 301-496-5305, e-mail
pm23v@nih.gov. Your responses should be sent to the address below no
later than Friday, February 12, 1999. YOU ARE REMINDED THAT THE
GOVERNMENT IS NOT SOLICITING PROPOSALS AT THIS TIME. Posted 01/20/99
(W-SN289793). (0020) Loren Data Corp. http://www.ld.com (SYN# 0001 19990122\A-0001.SOL)
A - Research and Development Index Page
|
|