Maryland Bids > Bid Detail

Medication Discovery Using Rat Models of Relapse

Agency:
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159367922546290
Posted Date: Feb 16, 2024
Due Date: Apr 1, 2024
Source: https://sam.gov/opp/6277a4db9d...
Follow
Medication Discovery Using Rat Models of Relapse
Active
Contract Opportunity
Notice ID
75N95024R00011
Related Notice
75N95024R00011
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 05:06 pm EST
  • Original Date Offers Due: Apr 01, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AN11 - Health R&D Services; Health care services; Basic Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Rockville , MD
    USA
Description

The National Institute on Drug Abuse (NIDA) intends to solicit proposals from qualified organizations (NAICS Code 541715) having in-house capability to develop methodologies and to perform in vivo rodent behavioral pharmacology for other drug dependence disorders, using drug self-administration reinstatement models.



The object of this contract is to determine the in vivo efficacy of novel compounds in animal models of relapse using cocaine, nicotine, methamphetamine, or opioids. This includes the following tests in animals trained to self-administer cocaine (for example): (1) the ability of test compound to block footshock or other stress-induced reinstatement of responding after a period of experimental extinction; (2) the ability of a test compound to block priming-induced reinstatement of responding after a period of extinction; and (3) the ability of a test compound to block the effects of a conditioned cue (previously paired with the training drug) to reinstate responding for the training drug (cocaine, nicotine, methamphetamine, or an opioid) after a period of extinction.



An integral part of this work is to develop methods and to design and implement protocols for the evaluation of test compounds. A number of laboratories have used some of the methodologies described in the literature. While recognizing the need for methods development, NIDA anticipates that by Option Period 1, if Options are exercised, the majority of the Contractor’s efforts will be devoted to test compound evaluations. The Contractor shall identify and acquire standard compounds that merit the aforementioned types of evaluation. In addition, if NIDA exercises specific contract options, this contract shall support follow-up rodent pharmacology studies of compounds identified as promising potential drug-dependence treatment agents including through the use of drug selfadministration studies. The details of these latter studies cannot be specified before contract award; they will depend upon specific successes in NIDA’s medication discovery efforts and scientific advances in the general field of drug abuse research. Written reports documenting the study findings are the anticipated end products of this contract.



Mandatory Criteria:



Due to the nature of the compounds which will be evaluated under this contract, it is mandatory that offerors possess prior to award US Department of Justice 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 prior to award DEA registration for Schedule I controlled substances.



The offeror must demonstrate its understanding and compliance with the NIH Guide for Care and Use of Laboratory Animals. The Offeror shall submit evidence that its proposal was reviewed and approved by the Institution’s Animal Care and Use Committee (IACUC). The Assurance number shall be provided with the proposal.



Notice:



We anticipate the award of one cost-reimbursement, level of effort contract for a base period of one year with four one-year options to extend performance. The contract will include additional quantity options.



RFP No. 75N95024R00011 will be available electronically on or about 45 days from the date of this posting. You can access the RFP through the sam.gov (URL: http://sam.gov) or through the NIDA website: (URL:http://www.drugabuse.gov/funding/funding-opportunities/nida-requestscontract-proposals-rfps ). All information required for the submission of a proposal will be contained in or accessible through the RFP package.



Responses to the RFP will be due 45 days from the release date. NIDA anticipates a July 2024 award date. NIDA will consider proposals submitted by any responsible offeror.



Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice.



This advertisement does not commit the Government to award a contract.



For more details please see the attached RFP.


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >