|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 99 -- PRODUCE MONOCLONAL ANTIBODY-35, (MAB-35) PURIFIED BULK AND
CONJUGATE MAB35-RICIN SOL RFQ-NCI-00145-NV DUE 071700 POC Debbie Moore,
Purchasing Agent (301) 402-4509, Todd Cole, Contracting Officer (301)
402-4509 This is a combined synopsis/solicitation for
commercial services, prepared in accordance with the format in FAR
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation and a
separate solicitation will not be issued. This solicitation, No.
RFQ-NCI-00145-NV includes applicable provisions and clauses in effect
through FAR FAC 97-17. The acquisition is being made in accordance with
the test program for using simplified procedures for certain commercial
items authorized in FAR 13.5. The solicitation is set-aside for small
business. The Standard Industrial Classification Code is 2836, and the
business size standard is 500 employees. BACKGROUND: The National
Cancer Institute (NCI), on behalf of the National Institute for
Neurological Disorders and Stroke, requires monoclonal antibody-35.
This project involves the production and delivery of an immunotoxin for
clinical trials for the treatment of a variety of muscle spasm
disorders. In animal models, use of an immunotoxin specific for the
muscle acetlycholine receptor is effective in reducing muscle strength
(see Neurology Hott, JS, Dalakas, MC, Sung, C, Hallett, M and Youle
RJ: A skeletal muscle-specific immunotoxin for the treatment of focal
muscle spasm. Neurology 50: 485-491, 1998). REQUIREMENTS:
Independently, and not as an agent of the Government, the Contractor
shall perform the commercial services described below and provide all
personnel, material, equipment, and facilities not otherwise specified
and provided by the Government. Specifically, the Contractor shall,
under Good Manufacturing Practices (cGMP), produce monoclonal
antibody-35, (Mab-35) purified bulk and conjugate Mab-35 to Ricin
supplied by NIH, purify the conjugate and make available container
products for phase III clinical trials. Following reviews of validation
and qualification documents for facility, systems, equipment, raw
materials, and process used in this project, working banks of purified
monoclonalantibody -35, and purified Mab-35 conjugate to Ricin shall
be prepared and qualified and stored on-site at the Contractor's
facilities. Mab-35 production and conjugation to Ricin shall be
performed at an FDA-approved clinical manufacturing site. Two
production lots of the Mab-35 / Ricin shall be produced under cGMP
guidelines as the primary final bulk product and a backup bulk lot. If
the backup lot is not needed for production of final container
product, then the backup lot shall serve as a control lot for QC
testing and archives and as a validation lot. Mab-35 shall be purified
from mouse ascites by ammonium sulfate precipitation and DEAE
Sepharose chromatography. Conjugation of Mab- 35 to Ricin shall be
performed by adding DTT in phosphate-buffered saline to antibody, and
incubating for 30 minutes. This antibody-DTT mixture will be applied to
a G-25, gel filtration column equilibrated with PBS. Peak antibody
fractions will be collected and pooled. Then, Ricin will be mixed with
DMF containing the bi-functional cross-linking agent, MBS and
incubated at room temperature for 30 minutes. The Ricin-MBS will be
immediately reacted with fresh reduced antibody and incubated at 4
degrees overnight. The conjugate will then be separated from unreacted
ricin by HPLC on a TSK 3000 SW column in sodium phosphate buffer (pH
7.2), or another size exclusion column. The peak fractions from several
runs containing both unreacted antibody and ITX (immunotoxin) will be
pooled and loaded onto an immobilized D- galactose affinity column at
4 degrees. After the column is flushed with PBS to remove unreacted
antibody, lactose will be run over the column to elute the purified
ITX. Each GMP lot shall contain at least 100mg. of purified
Mab-35-ricin ITX. The final bulk products shall undergo analytical and
safety testing by the Contractor's quality control group and the SNB
of NINDS at the National Institutes of Health, prior to release for
formulation and final container filling. Review and approval of batch
records and test results shall be performed by the Contractor's Quality
Assurance (QA) group. Aseptic formulation and filling of final
container vials shall be performed at an FDA-approved clinical
fill-finish operation. Upon, QA release, the final bulk product shall
be formulated at 0.1 mg/ml in PBS (pH7.2), and Human Serum Albumin at
1mg/ml, and dispensed into 500 final container vials at 2 ml per vial.
The final bulk and container products shall be stored at 4 degrees in
secure refrigerators at the Contractor's location. The final container
products shall be subjected to safety and analytical testing conducted
by the Contractor's Quality Control group and the SNB of NINDS at the
National Institutes of Health. Quality Assurance by the Contractor
shall encompass reviewing of batch records, final container test
results, and final manufacturing reports. Upon approval, the Contractor
shall issue certificates of analysis and release the final container
products. Final manufacturing reports shall be provided to the NINDS or
designated entity as noted by the Project Officer. The final bulk and
final container products shall be enrolled into a stability testing
program for the Mab35-ricin conjugate ( ITX) . Upon written
notification from the Project Officer, the Contractor shall ship at 4
degrees, the final container products to the SNB/NINDS repository in
Bethesda, Maryland. The Contractor shall adhere to the following
objectives and timelines in completing the above work: MONTH 1 --
1.Review validation and qualifications of off-site manufacturing plant;
2. Implement technology transfer process of off- site manufacturing and
fill-finish. Facilities; 3. Review SOPs and prepare batch records for
GMP production of Mab35 & Mab35-ricin conjugate; 4. Produce 200 ml of
Mab35 ascites as a working bank from NIH Swiss Nude mice. MONTH 2 --
Purify Mab35 ascites by ammonium sulfate precipitation and DEAE
Sepharose Chromatography, in manufacturing cleanroom by following
processing scheme below : a.mix ascites with an equal volume of cold
saturatedammonium sulfate, and stir at 4 degrees for 20minutes;
b.centrifuge ascites mix in Sorvall 34 rotor at 8000 rpm for 10min.,
remove supernate and save at 4 degrees C. (Fraction S); c. resuspend
ascites pellet (Fraction P) in 20mM Tris (buffer A), pH 7.9; d. dialyze
Fraction P against 2 changes of 2L of 20mM Tris buffer, pH 7.9
containing 40mM NaCl (Tris buffer D), at 25 C over a 4hr. period or
against Tris Buffer A . Repeat dialysis with fresh 2L buffer overnight;
e. Remove sample from dialysis bag & place in clean glass centrifuge
tubes; f. Centrifuge in Sorvall 34 rotor at 8000 rpm for 10 min. to
remove any aggregated protein. (save 25 ul for SDS gel); g. Apply
fraction P over pre-poured & packed DEAE-sepharose column and elute
with a sodium chloride gradient, (buffer B & buffer C) low & high salt.
Collect fractions from column gradient in tubes of 2ml on fraction
collector. (buffer B= 20mM Tris+20mM NaCl) & (buffer C=20mMTris + 400mM
NaCl); h. Read fraction tubes on spectrophotometer at A280 and store
tubes at 4 degrees until needed; 2. Analyze Mab35 fractions collected
by Quality Control methods at the Contractors; and at SNB, NINDS of the
National Institutes of Health using the following: a. Perform SDS-PAGE
protein analysis on fraction A, (pre-dialyzed ascites) Fraction P, (
dialyzed Mab35 pre column), a MW standard and fractions of interest
from column gradient samples; b. PAGE should be run using Tris-Glycine
1x buffer; c. Gel should be stained with Coomassie Blue Reagent and
destained with 10% acetic acid; d. Using A280 results and gel samples
as a guide, pool fractions with highly purified IgG and dialyze and/or
concentrate; e. Dialyze against 2L PBS ph 7.4 and change PBS buffer 1x
over a 2-4 hr. period / or overnight to remove sucrose; f. Remove
sample from bag as carefully as possible and place in clean tube; g.
Centrifuge in clean tubes in Sorvall rotor for 10min at 8000 rpm; h.
Pour supernate into clean sterile tubes and calculate concentration of
Mab35 antibody. MONTH 3 -- 1. Perform conjugation of Mab35 antibody to
ricin by following methods: a. Add DTT in phosphate- buffered saline
(PBS) to 10-50mg of antibody, and incubate for 30 min to partially
reduce the antibody; b. Apply this antibody-DTT mix to a G-25, gel
filtration column equilibrated with PBS, collect fractions and pool
peak antibody fractions; c. Mix ricin, supplied by NIH, 20- 100mg in
PBS with DMF containing the bi-functional cross-linking agent, MBS (m-
maleimidobenzoyl-N-hydroxysuccinimidyl) ester; d. Incubate mixture at
room temperature for 30 min. Ricin-MBS is then immediately reacted
with freshly reduced antibody and incubated at 4 overnight; e. The
conjugate is then separated from unreacted ricin by HPLC on a TSK 3000
SW column in 0.1M sodium phosphate buffer (pH 7.4), or another size
exclusion separation method; f. The peak fractions from several runs
containing both unreacted antibody and ITX (immunotoxin) shall be
pooled and loaded onto an immobilized D-galactose affinity column.
(Pierce) at 4 degreesCelsius; g. The column is then flushed with PBS to
remove unreacted antibody, and 0.1M lactose is run over the column to
elute the purified ITX. MONTH 4 -- 1. Review of QA batch records and
testing and release of final bulk product; 2 . Formulate final bulk
product in Sterile PBS and Human Serum Albumin at 1mg/ml as before in
glass tubes in cleanroom; 3. Perform filling of produced Mab35 and
Mab35-ricin conjugate into glass vials. Each borosilicate glass vial
shall contain 2 ml aliquoted aseptically in class 100 Biosafety hood in
class 100 filling cleanroom. Gray butyl stoppers lined with Teflon will
be inserted aseptically into vials. Aluminum caps will be crimped
automatically using filtered nitrogen gas; 4. Label vials with sponsor
(provided by Project Officer ) approved information; 5. Transfer
labeled vials on 4 degree ice packs from fill-finish facility to NINDS;
6. Complete archival storage of final container product at 4 degrees
celsiuis in a secure refrigerator for stability testing; 7.
Performquality control safety testing of final container product
including: a. microbial sterility testing, b. Mycoplasma and
spiroplasma testing, and c. Endotoxin testing; 8. Perform QC analytical
testing of final container product including: a. Purity-SDS-PAGE
analysis with scanning densitometry and EM, b. Identity -- Western blot
analysis, c. Strength-BCA protein quantitation assay; 9. Perform QA
auditing of batch records and final manufacturing report, release of
final container product, and issuance of certificate of analysis; 10.
Prepare and submit final manufacturing report by project manager to
sponsor; 11. Perform stability testing of final bulk and container
product per existing stability program; and 12. Finally, in addition to
the above, documentation of the production procedure and the
specifications of the final material, along with certificates of the
GMP techniques used throughout the process and bottling, shall be
provided in sufficient detail to allow for the FDA review and approval.
Shippingand Delivery: Mab35 and Mab35-ricin conjugate final container
products shall be packaged according to the requirements herein. The
products shall be shipped at 4 degrees to a location within Bethesda,
Maryland area. The exact location shall be documented within the
anticipated award document. All products shall be shipped at the same
time. Furthermore, the products shall be shipped F.O.B. destination or
F.O.B. origin with transportation insurance provided by the vendor
with inside delivery to the location specified within the anticipated
order. It is planned that final delivery of the product and all
documentation will be prior to March 1, 2001. PRICING: Quotations must
include a complete fixed price which includes the product, all
certifications, warranties, reports, other fees/costs, shipping, and
insurance, if F.O.B. origin. EVALUATION CRITERIA: The technical portion
of quotations will be reviewed by a panel of at least three NIH
experts. The technical portion of quotations will receive paramount
consideration in selecting a vendor. However, cost/price will also be
a determining factor in the event that two or more offers are
determined to be essentially equal following the evaluation of
technical factors. Vendors submitting quotations shall also provide
three references of organizations that have produced similar monclonal
antibodies within the past three years. The references may be used in
the event that two or more offerors are considered essentially equal
after the technical and price evaluations. In any event, the Government
reserves the right to make award to the vendor whose offer provides the
greatest overall value to the Government. The major evaluation factors
for this RFQ include technical and price factors. MANDATORY
QUALIFICATION CRITERIA: The following is a mandatory qualification
criterion that establishes conditions that must be met in order for
your quote to be considered for award: vendor/quoters must demonstrate
that they own or have legal access to an FDA-approved clinical
manufacturing site to perform the requirement herein. TECHNICAL
EVALUATION CRITERIA: The following technical evaluation criteria will
be used by the Government when reviewing the technical portion of the
quotation. The criteria below are listed in the order of relative
importance with weights assigned for evaluation purposes: 1. Technical
understanding of the requirements to produce two production lots of
Mab-35/Ricin under cGMP guidelines relative to technical approach,
techniques, and quality assurance and control to ensure the required
purity. (45%); 2. Evidence of having produced similar monoclonal
antibodies under cGMP guidelines. In addition, availability and
suitability of personnel to perform such monoclonal antibody production
relative to training and experience. (40%); and 3. Suitability of
facilities and equipment for production of Mab-35/Ricin under cGMP
guidelines (15%). Total weighting of above factors is equal to 100%.
Quotes must be submitted on an SF-18 or SF-1449. Quotes must be
accompanied by a completed "Offeror Representations and Certifications-
Commercial Items -- with Duns Number Addendum," signed by an authorized
representative of the vendor. Quoters must submit an original technical
proposal/quotation plus descriptive literature, warranties, and/or
other materials that demonstrate that their offer meets all of the
foregoing requirements. The technical proposal's documentation shall
also include curriculum vitae for the contractor staff that will be
involved in the production; legal proof of ownership or access to a GMP
facility for producing the above material; and a narrative of
experience in producing similar products via similar commercial
processes. In addition, four (4) copies of the technical proposal and
all materials shall be submitted with the original. This solicitation
incorporates the provisions at FAR 52.212-1, INSTRUCTION TO OFFERORS --
COMMERCIAL ITEMS -- DEVIATION FOR SIMPLIFIED ACQUISITIONS; FAR
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL
ITEMS, along with the DUNS NUMBER ADDENDUM; and The resulting contract
will incorporate the requirements contained in paragraphs (a)and (d)
of the clause at FAR CLAUSE 52.212-4 CONTRACTS TERMS AND CONDITIONS
COMMERCIAL ITEMS and FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL
ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITION. The contract will also
incorporate the following FAR clauses cited in paragraphs (b) and (c)
of the latter clause: FAR 52-222-26, EQUAL OPPORTUNITY; FAR 52-222-35,
AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM
ERA; FAR 52-222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES;
FAR 52-222-37; EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF
THE VIETNAM ERA; and FAR 52.232-34, PAYMENT BY ELECTRONIC FUNDS
TRANSFER OTHER THAN CENTRAL CONTRACTOR REGISTRATION. Interested vendors
may contact Debbie Moore, Purchasing Agent, at (301)- 402-4509 (Fax:
(301)-402-4513) to receive full text copies of the representations and
certifications or other cited provisions and clauses. Any questions
pertaining to this solicitation and requirement shall be submitted by
July 10, 2000. Complete quotations and all related materials must be
received in this office no later than 3:00 pm EDT on July 17, 2000.
Please cite the solicitation number, RFQ-NCI-00145-NV, on your
quotations, including all copies of the technical portion of quotation.
Posted 06/29/00 (W-SN470146). (0181) Loren Data Corp. http://www.ld.com (SYN# 0517 20000703\99-0013.SOL)
99 - Miscellaneous Index Page
|
|