Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
SOLICITATION NOTICE

65 -- Electrospun PDLGA Scaffolds for Bioprinting - Terms and Conditions

Notice Date
12/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
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 on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-PSOL-2016-77
 
Archive Date
1/13/2017
 
Point of Contact
Brian Lind, Phone: 301.827.5298, Brian Lind, Phone: 3014021635
 
E-Mail Address
lindbj@nida.nih.gov, lindbj@nida.nih.gov
(lindbj@nida.nih.gov, lindbj@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment Number Three - Invoicing instructions Attachment Number Two - 52.212-5 Attachment Number One 52.212-4 This is a combined synopsis/solicitation for commercial items 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-PSOL-2016-77 and the solicitation is issued as a Request for Quote. 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for the Advancement of Translational Sciences intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to BioSurfaces, Inc., 200 Homer Avenue 1P, Ashland, MA 01721-1185 for PDLGA Scaffolds. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1(a)(2)(i)(c). Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 dated 11-19-2016. (iv)The associated NAICS code 541712 and the small business size standard 1000 employees. This requirement is not set aside for any socio-economic group.. Acquisition of biodegradable poly (DL-lactide-co-glycolide) (PDLGA) scaffold is required for building multi-tissue layers including vascularized tissue and epithelium to mimic blood retina barrier. Ongoing projects on establishing optimum scaffold conditions for bioprinting of blood ratina barrier (BRB) requires pore size control, biodegradation period, retaining mechanical strength, bioprinting capability with bioink including multi cell types, and epithelial cell monolayer formation. Biodegradation of scaffolds will be required for cell-cell communications and cell migration in disease models. This project is focused on developing a 3D tissue of blood retina barrier (BRB) to mimic pathological conditions in Age related macular degeneration (AMD) using bioprinting technology and patient specific induced pluripotent stem cells (iPSCs). (vii)Period of Performance is anticipated to be December 30, 2016 through December 29, 2017. Delivery is to be made to: The National Center for the Advancement of Translational Sciences 9800 Medical Center Drive Rockville, MD 20852 (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. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The specifications stated in the statement of work shall be used to evaluate offers (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition (Attachment Number One) (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition (Attachment Number Two). (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract terms and conditions applicable to this requirement. (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. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 responses must be received by December 29, 2016 at 9:00 AM EST and reference number HHS-NIH-NIDA-SSSA-PSOL-2016-77 Responses may be submitted electronically to Mr. Brian Lind, Contract Specialist at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation Mr. Brian Lind, Contract Specialist at 301.827.5298.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2016-77/listing.html)
 
Place of Performance
Address: The National Institutes of Health, The National Center for the Advancement of Translational Sciences, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04352108-W 20161216/161214234918-7ffab054f71e2cb4ec825960fdde514e (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.