Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

68 -- Phenotypic Assay Reagents

Notice Date
7/14/2014
 
Notice Type
Presolicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-14-440
 
Archive Date
8/7/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a contract to Promega Corporation for phenotypic assay reagents without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 325998 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-73 dated July 1, 2014. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisitions at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 13.106-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this requirement is acquisition of reagents to support the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) in continuing to run phenotypic assays that inform on viability and apoptosis induction. Assays were begun using Promega Corporation reagents and it is essential that additional reagents be acquired to continue the NCATS DPI research to completion. Period of Performance It is expected that delivery of all requirements will be completed within eight (8) weeks after contractor receipt of order. Specifically, delivery of requirement 1 is expected within eight (8) weeks after contractor receipt of order and delivery of requirements 2-5 is expected within three (3) weeks after contractor receipt of order. A firm fixed price purchase order is anticipated. Project Description The Contractor must be able to provide the following: 1. Twenty (20) Nano-Glo Dual Luciferase Reporter Assay System [Promega Item No. AX1500] 2. Three (3) ONE-Glo TM Luciferase Assay System, 1L [Promega Item No. E6130] 3. Thirty (30) Caspase-Glor® 3/7 Assay, 100 mL [Promega Item No. G8092] 4. One hundred ten (110) CellTiter-Glo® One Solution Assay, 500 mL [Promega Item No. G8462] 5. One (1) Dual-Glo® Luciferase Assay System 10 x 100 mL [Promega Item No. E2980] The contractor shall provide for delivery. To ensure research data integrity and that standardization is not jeopardized across assays, only Promega Corporation reagents will meet the needs of this requirement. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, NCATS is already using Promega reagents in this research study and use of any other reagent would jeopardize research data integrity and create inconsistencies/loss of data standardization that would negate any correlations or conclusions deiscovered by researchers. Promega reagents are proproprietary to that company and no other is authorized or capable of providing the necessary reagents. Accordingly, only Promega reagents are acceptable to meet the needs of this requirement. The intended source is: Promega Corporation 2800 Woods Hollow Road Madison, Wisconsin 53711 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date of this notice and must reference the FedBizOpps solicitation number. Responses may be submitted electronically to lauren.phelps@nih.gov or by U.S. mail to the National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions Branch (CSS/SA) 31 Center Drive, Room 1B59, Bethesda, MD 20892 Attention: Lauren Phelps. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-14-440/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03424727-W 20140716/140715000603-1cbdd4d4ef56966d82ad5f34e6ab4d79 (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.