The RFP Database
New business relationships start here

Using Rodent Behavioral Models to Identify Substance Abuse Pharmacotherapies


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The National Institute on Drug Abuse (NIDA) is seeking capability statements from small business organizations having in-house capability and multi-disciplinary knowledge, expertise, and experience required to perform in vivo preclinical evaluation of test compounds as potential pharmacotherapies for substance abuse. This contract, and the data generated, will be utilized by the Addiction Treatment Discovery Program (ATDP) within NIDA's Division of Therapeutics and Medical Consequences (DTMC).

This is a SMALL BUSINESS SOURCES SOUGHT NOTICE to determine the availability of ALL small businesses (e.g., 8(a), veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses) with the capability and experience to conduct experiments evaluating compounds in the mouse locomotor activity, rat drug discrimination, rat conditioned place preference, and rat self-administration paradigms. Testing could possibly include the evaluation of compounds in other animal models relevant to drug abuse and addiction. The offeror and its technical staff need to have experience conducting these types of experiments using cocaine, methamphetamine, nicotine, delta-9-tetrahydrocannabinol (THC), and hallucinogens. Evidence of experience must be documented through publications using the relevant behavioral models listed above. The contractor will be blinded to the identity of proprietary test compounds, and all compounds will be evaluated using established protocols and experimental parameters as specified by the NIDA Contracting Officer's Representative (COR). The contractor will prepare and submit standardized, detailed reports with graphs to the NIDA COR for each compound tested. In addition, the offeror needs to have the dedicated laboratory space, animal care facilities, and equipment required to conduct these behavioral assays.

Mandatory Requirements:

DEA RESEARCH REGISTRATION: This project involves the use of scheduled drugs under the Controlled Substances Act of 1970. Due to the nature of the compounds which will be evaluated under this contract, it is mandatory that the successful offeror possess a Drug Enforcement Administration (DEA) Research Registration for Schedules II to V in order to handle substances under the Controlled Substances Act of 1970. In addition, the successful offeror must either possess, or demonstrate the ability to obtain, a DEA registration for Schedule I controlled substances.

ANIMAL WELFARE: This research involves the use of animals. The successful offeror must demonstrate its understanding and compliance with the NIH Guide for Care and Use of Laboratory Animals. The successful offeror shall submit evidence that its proposal was reviewed and approved by the institution's Animal Care and Use Committee and that the institution has an Animal Welfare Assurance on file with the NIH Office of Extramural Research (OER), Office of Laboratory Animal Welfare (OLAW). This policy is available on the internet at https://grants.nih.gov/grants/olaw/olaw.htm.

Instructions for Submitting a Capability Statement:

Interested organizations must demonstrate and document, in the capability statement submitted, extensive experience in the technical area under consideration. Please send relevant and specific information on each of the following qualifications:

1) Experience: An outline of previous similar projects, specifically the techniques employed in the areas described above.


2) Personnel: Name and professional qualifications of personnel (professional and technical), with experience to carry out the required studies. Resumes, curricula vitae and specification documentation of relevant experience such as reprints of related publications, abstracts, or manuscripts submitted for publication.

3) Technical Approach: Understanding of the methodological and technical approach required to accomplish all requirements of the contract. Discussion of anticipated major difficulties and problem areas, and recommended approaches for their solution.


4) Facilities: Availability and description of the facilities, equipment, and animal care facilities required to conduct this contract work.


Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc.


THIS IS NOT A REQUEST FOR PROPOSALS: This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for the preparation of any information sent for the Government's use. Any proprietary information should be so marked. All capability statements should provide the following: 1) company name and address; 2) point of contact, 3) phone/fax/email; 4) NAICS Code(s); 5) business size and status; 6) capability information in response to the requirement and qualifications identified in this notice; and 7) type(s) of business, if any (e.g.,: small, Veteran-owned, service-disabled Veteran-Owned, women-owned, 8(a), Small Disadvantaged Business (SDB), and Historically Underutilized Business Zone (HUBZONE).

Written capability statements must be submitted to Andrew Varley, Contract Specialist, NO LATER THAN October 25, 2017. NIDA will accept written capability statements in paper or electronic format.


Andrew Christopher Varley, Contract Specialist , Phone (301) 443-6677, Fax (301) 443-7595, Email Andrew.Varley@nih.gov - Andrew Hotaling, Contracting Officer, Phone (301) 443-6677, Fax (301) 443-7595, Email hotalingar@mail.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP