Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOURCES SOUGHT

A -- Medicinal Chemical Facility

Notice Date
3/15/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NICHD-CPR-2012-08
 
Archive Date
4/10/2012
 
Point of Contact
Adelola Kellum, Phone: 3014356955
 
E-Mail Address
kelluml@mail.nih.gov
(kelluml@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of organizations for the proposed acquisition. Your responses to the information requested will assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) seeks capability statements from interested and qualified potential sources for a Medicinal Chemistry Facility Facility (MCF) capable of carrying out integrated drug discovery and optimization of anti-fertility agents on protein targets specific to male or female reproductive system. The requirements of this facility include the following: i. The contractor will furnish all the services, qualified personnel, material, instrumentation, facilities and capabilities to discover, design, synthesize and optimize novel non-steroidial and non-hormonal chemical compounds as fertility agents. ii. The contractor will be required to propose a general strategy and specific approach toward developing novel non-steroidal and non-hormonal male or female contraceptive agents. This must include a clearly detailed chemical or structural rationale for the proposed compounds in terms of the structure activity relationships of known analogs and the biological. iii. Provide integrated structure based drug design/discovery and optimization encompassing screening, structure biology, modeling and synthesis is expected to play a major role in these projects. iv. Document the feasibility of the proposed synthesis and be able to characterize chemical structures by means of modern spectroscopic methods. v. Must have in-house infrastructure, capability, capacity and know-how for structure biology. The contractor must have x-ray crystallography for structure based drug design. This encompasses know-how for co-crystallization of protein-inhibitor/antagonist/agonist/substrate/co-factor complex as well as ternary and/or quaternary complexes. vi. In support of x-ray crystallography, the contractor must have high capacity protein expression and purification expertise and know-how to provide proteins for x-ray crystallography. vii. Must have strong computational chemistry/modeling component for rational and structure base drug design. viii. Must have capability for fragment based screening. ix. Must have High-Throughput Screening (HTS) capability for binding, enzymatic and cell based screening. x. It is expected that the contractor with input from the Program Officer shall obtain and screen natural product libraries. Responses: Capability statements in response to this announcement should be no longer than 15 pages inclusive of all material. Responses will be evaluated on the basis of experience, expertise, and capabilities in the areas cited above. The anticipated contract type will be a cost reimbursement a base year of one year with four option years. The RFP is anticipated to be posted on or about April 30, 2012 on FedBizOpps (FBO) website: http://www.fedbizopps.gov. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDIENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Information in the anticipated RFP supersedes any information in this pre-solicitation announcement. This acquisition has been designated as full and open competition under the North American Industry Classification System (NAICS) 541712 in the North American Industry Classification System (NAICS) and the size standard for such requirements is 500 employees. Interested organizations including Small Businesses that believe they possess the capabilities necessary to undertake this project should submit electronic copies in addition to two (2) hard copies of their capability statement, addressing the areas above. Please limit responses to fifteen (15) pages or less. Any proprietary information should be so marked. Written capability statements should be received by the Contracting Officer by no later than 2:00 PM Eastern Time on March 26, 2012. Capability statements must identify the business status of the organization (i.e. educational institution, non-profit, large business, small business, 8 (a), or other corporate or non-corporate entity). NO COLLECT CALLS WILL BE ACCEPTED. RESPONDENTS MAY SUBMIT THEIR CAPABILITY STATEMENTS VIA E-MAIL IN ADDITION TO THE 2 HARD COPIES. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as principal investigator and/or project officer: (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration, and a statement regarding industrial security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Information in the anticipated RFP supersedes any information in this pre-solicitation announcement. This acquisition has been designated as full and open competition under the North American Industry Classification System (NAICS) 541712 in the North American Industry Classification System (NAICS) and the size standard for such requirements is 500 employees. Inquiries should be directed to:Ms. Adelola Kellum, Contracting Officer, DHHS/NIH, National Institute of Child Health and Human Development, 6100 Executive Boulevard, Suite 7A07, MSC 7510, Bethesda MD 20892-7510, Rockville, MD 20852 (for overnight/express/courier service), telephone: 301-435-6955, fax: 301-402-3676, email: lk202p@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-CPR-2012-08/listing.html)
 
Record
SN02697858-W 20120317/120315235105-0e3dc380991f54911158c24229c17716 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.