NIH awards $2.5M for C. difficile probiotic research, focusing on genetic modification for enhanced anti-toxin expression

Contract Overview

Contract Amount: $2,514,022 ($2.5M)

Contractor: Icon Government and Public Health Solutions, Inc.

Awarding Agency: Department of Health and Human Services

Start Date: 2022-01-14

End Date: 2028-09-21

Contract Duration: 2,442 days

Daily Burn Rate: $1.0K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: R&D

Official Description: A PHASE 1 TRIAL TO EVALUATE AN ORALLY INGESTED PROBIOTIC YEAST GENETICALLY MODIFIED TO EXPRESS A TETRA-SPECIFIC ANTI-TOXIN FOR CLOSTRIDIOIDES DIFFICILE

Place of Performance

Location: BLUE BELL, MONTGOMERY County, PENNSYLVANIA, 19422

State: Pennsylvania Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $2.5 million to ICON GOVERNMENT AND PUBLIC HEALTH SOLUTIONS, INC. for work described as: A PHASE 1 TRIAL TO EVALUATE AN ORALLY INGESTED PROBIOTIC YEAST GENETICALLY MODIFIED TO EXPRESS A TETRA-SPECIFIC ANTI-TOXIN FOR CLOSTRIDIOIDES DIFFICILE Key points: 1. The contract focuses on early-stage research and development, with potential for significant public health impact if successful. 2. The chosen contract type (Cost Plus Fixed Fee) is common for R&D where precise costs are difficult to estimate upfront. 3. The duration of the contract (over 6 years) suggests a phased approach to research and development. 4. The geographic focus on Pennsylvania for this research may indicate specific regional expertise or facilities. 5. The project's success hinges on the efficacy of the genetically modified probiotic in neutralizing C. difficile toxins.

Value Assessment

Rating: fair

Benchmarking the value of this Phase 1 trial is challenging due to its highly specialized R&D nature. The $2.5 million award is a relatively small investment for early-stage biomedical research, suggesting a focused scope for this initial phase. Without comparable Phase 1 trials for genetically modified probiotics targeting specific toxins, a direct value-for-money assessment is difficult. However, the potential return on investment, in terms of developing a novel therapeutic for a significant public health threat, could be substantial.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. The specific number of bidders is not provided, but the open competition suggests a healthy market for this type of specialized research. This process is designed to foster price discovery and ensure the government receives competitive proposals.

Taxpayer Impact: Full and open competition generally benefits taxpayers by promoting a competitive environment that can lead to more cost-effective solutions and a wider range of innovative approaches.

Public Impact

The primary beneficiaries are patients suffering from or at risk of Clostridioides difficile infections, a serious and often life-threatening condition. The research aims to develop a novel therapeutic intervention, potentially leading to a new treatment option for C. difficile. The geographic impact is currently centered around the research activities in Pennsylvania, but successful development could have a global public health impact. The project supports specialized scientific and technical workforce in the biotechnology and pharmaceutical research sectors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Research and Development sector, specifically focusing on biotechnology and life sciences. The market for developing novel therapeutics for infectious diseases is highly competitive and innovation-driven. Spending in this area by agencies like NIH is crucial for advancing medical science and addressing public health challenges. Comparable spending benchmarks are difficult to establish for early-stage, highly specific R&D projects like this, as each trial's scope and objectives are unique.

Small Business Impact

The contract data indicates that small business participation was not a specific set-aside criterion (ss: false, sb: false). Therefore, the primary focus is on the technical merit and competitive offering of the awardee. While ICON Government and Public Health Solutions, Inc. may engage small businesses as subcontractors, there is no explicit requirement or incentive for them to do so within this award's structure. The impact on the small business ecosystem is therefore indirect, depending on ICON's subcontracting decisions.

Oversight & Accountability

Oversight for this contract will likely be managed by the National Institutes of Health (NIH), a component of the Department of Health and Human Services. NIH program officers and contracting specialists will monitor progress, expenditures, and adherence to the research plan. The contract type (Cost Plus Fixed Fee) necessitates close financial oversight to ensure costs are reasonable and allocable. Transparency is expected through regular reporting requirements from the contractor, though specific public access to detailed research findings may be limited until publication.

Related Government Programs

Risk Flags

Tags

research-and-development, biotechnology, infectious-disease, probiotic, health-and-human-services, national-institutes-of-health, cost-plus-fixed-fee, full-and-open-competition, phase-1-trial, pennsylvania, drug-development

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $2.5 million to ICON GOVERNMENT AND PUBLIC HEALTH SOLUTIONS, INC.. A PHASE 1 TRIAL TO EVALUATE AN ORALLY INGESTED PROBIOTIC YEAST GENETICALLY MODIFIED TO EXPRESS A TETRA-SPECIFIC ANTI-TOXIN FOR CLOSTRIDIOIDES DIFFICILE

Who is the contractor on this award?

The obligated recipient is ICON GOVERNMENT AND PUBLIC HEALTH SOLUTIONS, INC..

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (National Institutes of Health).

What is the total obligated amount?

The obligated amount is $2.5 million.

What is the period of performance?

Start: 2022-01-14. End: 2028-09-21.

What is the specific scientific rationale for genetically modifying a probiotic yeast to express a tetra-specific anti-toxin for C. difficile?

The scientific rationale stems from the need for novel therapeutic strategies against Clostridioides difficile (C. diff), a bacterium responsible for severe gastrointestinal infections. C. diff produces potent toxins (Toxin A and Toxin B) that damage the colon. Genetically modifying a probiotic yeast (like Saccharomyces boulardii, commonly used for diarrhea) to express antibodies or antibody fragments targeting these toxins aims to create a 'living therapeutic.' This approach could neutralize the toxins directly in the gut, preventing or mitigating the inflammatory response and tissue damage caused by C. diff infection. A 'tetra-specific' design suggests the engineered yeast is intended to bind to multiple epitopes on the toxins or potentially target both Toxin A and Toxin B with high affinity, offering a more robust neutralization capability than single-target approaches.

How does the Cost Plus Fixed Fee (CPFF) contract type influence the government's cost control for this R&D project?

The Cost Plus Fixed Fee (CPFF) contract type is commonly used for research and development efforts where the scope of work is well-defined, but the exact costs are difficult to estimate beforehand. In this structure, the government reimburses the contractor for all allowable costs incurred during the project, plus a predetermined fixed fee representing the contractor's profit. This provides the contractor with an incentive to control costs, as their profit is fixed regardless of the final project cost. However, the government bears the risk of cost overruns if actual costs exceed estimates. Effective oversight by the agency (NIH) is crucial to ensure that costs are reasonable, allocable, and directly related to the contract's objectives. Regular audits and reviews of the contractor's financial records are standard practice under CPFF agreements to maintain cost control.

What are the key performance indicators (KPIs) likely to be used to measure the success of this Phase 1 trial?

For a Phase 1 trial focused on evaluating an orally ingested probiotic yeast genetically modified to express anti-toxins for C. difficile, key performance indicators (KPIs) would likely revolve around demonstrating the feasibility, safety, and preliminary efficacy of the engineered probiotic. Specific KPIs could include: 1) successful colonization and persistence of the modified yeast in the gut environment; 2) measurable expression levels of the tetra-specific anti-toxin by the yeast in vivo; 3) evidence of toxin neutralization activity in preclinical models (e.g., reduction in inflammatory markers, protection against toxin-induced damage); 4) assessment of the probiotic's safety profile, including absence of adverse events or unintended immunological responses; and 5) confirmation of the genetic stability of the modification in the yeast over time. Meeting predefined targets for these indicators would signify successful completion of the Phase 1 objectives.

What is the potential long-term impact of this research on the treatment landscape for C. difficile infections?

If successful, this research could significantly alter the treatment landscape for Clostridioides difficile infections (CDI). Current treatments primarily involve antibiotics, which can sometimes disrupt the gut microbiome further, leading to recurrent infections. A probiotic-based therapy that directly neutralizes C. diff toxins offers a non-antibiotic approach. Such a therapy could be used prophylactically in high-risk patients (e.g., those on broad-spectrum antibiotics) to prevent CDI, or therapeutically alongside antibiotics to reduce the severity and recurrence rates of infection. The development of a 'living therapeutic' like a genetically modified probiotic represents a novel modality that could complement or even eventually replace existing treatments, offering a more targeted and potentially microbiome-sparing solution.

Given the $2.5 million award and a duration of over 6 years, what is the estimated annual spending rate for this contract?

The total award amount is $2,514,022, and the contract duration is 2442 days, which is approximately 6.69 years (2442 / 365.25). To estimate the annual spending rate, we divide the total award by the duration in years: $2,514,022 / 6.69 years ≈ $375,785 per year. This suggests an average annual expenditure of roughly $375,000. It's important to note that spending may not be uniform throughout the contract period; it could be front-loaded during initial research phases or back-loaded depending on milestones and research progress. This figure represents an average annual burn rate based on the total contract value and duration.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesScientific Research and Development ServicesResearch and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

Product/Service Code: RESEARCH AND DEVELOPMENTN – Health R&D Services

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 1265 RIDGE RD STE A, HINCKLEY, OH, 44233

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $2,514,022

Exercised Options: $2,514,022

Current Obligation: $2,514,022

Actual Outlays: $13,616

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 75N93022D00018

IDV Type: IDC

Timeline

Start Date: 2022-01-14

Current End Date: 2028-09-21

Potential End Date: 2028-09-21 00:00:00

Last Modified: 2026-01-23

More Contracts from Icon Government and Public Health Solutions, Inc.

View all Icon Government and Public Health Solutions, Inc. federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending