Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
MODIFICATION

A -- Pre-Solicitation Notice of Intent to Sole Source PREVENT Cancer Preclinical Drug Development Program: Preclinical Pharmacology and Toxicology Testing - Statement of Work- PREVENT Pharmacology/Toxicology Testing

Notice Date
12/1/2017
 
Notice Type
Modification/Amendment
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N0CN45009-91
 
Archive Date
12/30/2017
 
Point of Contact
Mandie S. White, Phone: (301) 624-8756, Kelly L Dempsey, Phone: 3018466654
 
E-Mail Address
mandie.white@nih.gov, kelly.dempsey@nih.gov
(mandie.white@nih.gov, kelly.dempsey@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work-PREVENT Pharmacology/Toxicology Testing The purpose of this Amendment, Amendment #01, is to upload the Statement of Work, as the document did not upload correctly when this Notice was posted. There are no other changes to this Notice. Notice of Intent to Sole Source PREVENT Cancer Preclinical Drug Development Program: Toxicology and Pharmacology Testing This is a sole source synopsis for the Indefinite Delivery Indefinite Quantity (IDIQ) contracts within the PREVENT Cancer Preclinical Drug Development Program: Toxicology and Pharmacology Testing. This announcement constitutes the only synopsis for this requirement, is issued for notification purposes only and is not a request for competitive proposals. The National Cancer Institute (NCI) plans to issue modifications to increase the ceilings on each contract in the IDIQ Toxicology pool to provide continued support in the conduct of toxicological and pharmacological evaluations of potential cancer preventive agents for Investigational New Drug applications to the Food and Drug Administration (FDA) for phase 0, 1-3 clinical studies. This work is accomplished through studies in genotoxicity testing, general toxicology in experimental animals, reproductive toxicology studies in rodents and rabbits and other specialized studies. The modifications for this requirement are anticipated to take place on or about December 31, 2017. The five contractors currently within the Toxicology IDIQ pool are as follows: HHSN261201500021I, SRI International, 333 Ravenswood Ave., Menlo Park, CA 94025 HHSN261201500022I, Southern Research Institute, 2000 9th Ave. S., Birmingham, AL 35205 HHSN261201500023I, Lovelace Biomedical & Environmental Research Institute, 2425 Ridgecrest Dr. SE, Albuquerque, NM 87108 HHSN261201500024I, IIT Research Institute, 10 W. 35th Street, Chicago, IL 60616 HHSN261201500026I, University of Illinois at Chicago, 506 S. Wright St. 364 Henry Admin Bldg, Urbana, IL 61801 These modifications will increase the ceiling value on the Base IDIQ contracts from $9 million by $10 million to $19 million. In order to ensure operation and continuity of essential research and development services during the next two cycles of the PREVENT Program, NCI needs to increase the ceiling, which will allow for the funding of complex task orders that include immunoprevention projects associated with specialized, expensive assays and procedures, among other projects. The NCI intends to issue these modifications on a non-competitive basis to each of the five contractors in the Tox IDIQ pool in accordance with 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1(a)(2), "Only one responsible source and no other supplies or services will satisfy agency requirements." The NCI intends to issue these modifications on a non-competitive basis to each of the five contractors in the Pharm/Tox IDIQ pool. This decision is based on current market research and is in accordance with 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1(a)(2), "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice is not a request for competitive proposals; however, if any interested and responsible source, especially small businesses, believes it can meet the requirements in the attached Statement of Work (SOW), submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 5:00 p.m., Eastern Standard Time, on December 15, 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Oral and facsimile communications shall not be accepted in response to this notice. In accordance with FAR 16.505(b)(8), the following individual has been designated as the NIH Ombudsman for these task order contracts: Dr. Sherry Mills NIH Competition Advocate for R&D Contracts 6705 Rockledge Drive, Suite 305 Bethesda, MD 20892 Phone: (301) 435-2729 Email: sherry.mills@nih.gov DISCLAIMER: THIS NOTICE IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE AND IS NOT A COMMITMENT BY THE US GOVERNMENT TO PROCURE SUBJECT PRODUCTS. NO SOLICITATION SHALL RESULT FROM THIS NOTICE. NO FUNDS ARE AVAILABLE TO ACCOUNT FOR PREPARATION OF RESPONSES TO THIS NOTIFICATION. THE GOVERNMENT WILL USE THE INFORMATION RECEIVED TO DETERMINE WHETHER OTHER SOURCES ARE AVAILABLE THAT ARE CAPABLE TO SATISFY THIS REQUIREMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N0CN45009-91/listing.html)
 
Place of Performance
Address: Contractor's Facilities, United States
 
Record
SN04755056-W 20171203/171201231603-3f97984aa2952fc4fd46a802c2984f83 (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.