Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOLICITATION NOTICE

B -- Bioanalytical Testing Services

Notice Date
1/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIH-NIDA-SSSA-CSS-2016-21
 
Archive Date
2/9/2016
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis / Solicitation Title: Bioanalytical Testing Services (i) This is a combined synopsis-solicitation for commercial items or services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-21 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-1/01-04-2016. (iv) A notice regarding any set-aside restrictions, the associated NAICS code 325199- Chemical Manufacturing - All other basic organic chemical Manufacturing Business Sized Standard: $24.0 (v) Bioanalytical Testing Services of chemical molecules PIP4K2 and KDM5B (vi) Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. Phosphatidylinositol 5-phosphate 4-kinase type-2 alpha (PIP4K2) catalyzes the phosphorylation of phosphatidylinositol 5-phosphate (PtdIns5P) on the fourth hydroxyl of the myo-inositol ring, to form phosphatidylinositol 4,5-bisphosphate (PtdIns(4,5)P2). It may exert its function by regulating the levels of PtdIns5P, which functions in the cytosol by increasing AKT activity and in the nucleus signals through ING2 and ay regulate the pool of cytosolic PtdIns5P in response to the activation of tyrosine phosphorylation. Furthermore, PIP4K2 may also negatively regulate insulin-stimulated glucose uptake by lowering the levels of PtdIns5P and may be involved in thrombopoiesis, and the terminal maturation of megakaryocytes and regulation of their size. Lysine-specific demethylase 5B (KDM5B) is a histone demethylase that demethylates 'Lys-4' of histone H3, thereby playing a central role in histone code. KDM5B does not demethylate histone H3 'Lys-9' or H3 'Lys-27'. It demethylates trimethylated, dimethylated and monomethylated H3 'Lys-4' and acts as a transcriptional corepressor for FOXG1B and PAX9. It favors the proliferation of breast cancer cells by repressing tumor suppressor genes such as BRCA1 and HOXA5. In contrast, KDM5B may act as a tumor suppressor for melanoma and represses the CLOCK-ARNTL/BMAL1 heterodimer-mediated transcriptional activation of the core clock component PER2. Both these proteins are of great interest to study for NCGC and hence, we seek to profile 5 proprietary compounds against these proteins (each) using surface plasmon resonance. We have previously worked with this vendor who developed a custom, proprietary method for running the SPR against another target, IDH1. The results were used as part of the CBC project and we now expect to continue using these precise services to allow for continuity of data. Purpose The purpose of this requirement is to obtain bioanalytical testing services to characterize PIP4K2 and KDM5B and then assess 5 compounds for each protein. Scope of Work Independently and not as an agent of the Federal Government, the contractor shall characterized ATP, ADP, and 1 control compound against three forms of PIP4K2 and characterizes full-length and truncated form of KDM5B. Upon completion of these services, the contractor shall profile 5 small molecules for PIP4K2 and KDM5 each using a proprietary method used previously against IDH1. The contract shall also provide binding constant to NCGC within 4 weeks of start of experiment. The NCATS Chemical Genomics Center NCGC is responsible for providing vendor with proteins and compounds. (vii) Vendor shall provide a complete report and binding constants. NCGC will ship reagents after the award is made, vendor shall provide binding constant for each small molecule with 4 weeks after experiment has been started. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. Selection of an Offeror for award will be on the basis of lowest price technically acceptable quote meeting the government's essential features as described herein. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. (x) The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. In addition, responses must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the salient characteristics. The response should be practical, clear, and concise; should use quantitative terms whenever possible; should avoid qualitative adjectives; and should comprehensively address the requirements of this solicitation. Evaluation Criteria Technical Approach (60%) • Vendor shall be able meet to adhere to scope of work as outlined in this document. Past Performance (40%) • Vendor shall demonstrate past performance. Assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation must be noted. If not noted, the Government will assume that no assumptions, conditions, or exceptions are made and the offeror agrees to comply with all of the terms and conditions as set forth in the solicitation. Information requested herein must be furnished in writing fully and completely in compliance with the solicitation. The information requested and the manner of submittal is essential to permit prompt evaluation of all offers on a fair and uniform basis. Simple statements of compliance (i.e., "understood"; "will comply") or phrases such as "standard procedures will be used" or "well known techniques will be utilized" and other generalities, without the detailed description of how compliance will be met, may not be considered sufficient evidence that the proposal can technically meet the project requirements. Accordingly, any response in which material information requested is not furnished or where indirect or incomplete answers or information are provided may be considered not acceptable. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All questions regarding this combined synopsis/solicitation must be received in this office by 8:00AM (EST) on January 12, 2016. Offers must be received electronically by 12:00 PM (EST) on January 25, 2016. Facsimile submissions are not authorized and collect calls will not be accepted. Please reference the solicitation number HHS-NIH-NIDA-SSSA-CSS-2016-21on your offer. (xvi) Requests for information concerning this requirement are to be addressed to Rodney Brooks via e-mail only to rodney.brooks@nih.gov prior to the closing date for questions. Submit offers to: Rodney Brooks, Contract Specialist at rodney.brooks@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-SSSA-CSS-2016-21 /listing.html)
 
Record
SN03985765-W 20160109/160107234825-f927b418ec96126d70abb2eff8b5cb56 (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.