Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

68 -- Chemical Library Purchase - Purchase Description

Notice Date
8/24/2018
 
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, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHDA201800501
 
Archive Date
9/15/2018
 
Point of Contact
Jessica Adams, , Jeffrey Schmidt,
 
E-Mail Address
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR Clauses 52.212-5 Purchase Description NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Chemical Library Purchase (i) 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 NIHDA201800501 and the solicitation is issued as a request for quotation (RFQ) on a 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 Advancing Translation Sciences intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to ChemRoutes Corporation, 9719 - 42 Street, Edmonton, Alberta, Canada T6E 5P8 for a 1408 chemical library purchase. 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 by soliciting from a single source pursuant to FAR Subpart 13.106-1(b). 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 2005-99, dated June 15, 2018. (iv) The associated NAICS code 325199 and the small business size standard 1250. This is a single-sole source requirement with no set-aside restrictions. (v) 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), whose 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. Screening is often the starting point in our development and a wealth of knowledge is obtained from screening a diverse collection. It provides the starting point of all information for medicinal chemistry's structure-activity relationship (SAR) design to synthesize novel compounds that have more desirable properties. A diverse and novel screening collection provides the backbone of our operation and is imperative for translational sciences to obtain effective small molecules with on-target effects. These small molecules have been designed around analysis of available chemical and biological information, identification of key pathways modules/targets, computational and "wet biology" assessment of target druggability and potential binding domains. The resulting information is analyzed by synthetic and medicinal chemistry teams in order to bring new chemical diversity and to design unique scaffolds that are likely to interact with the designated targets yielding focused compound libraries. Having such small molecules will make a huge impact in our screening against the variety of targets that NCATS works on and will also help tremendously in bioinformatics analysis which will allow a more thorough and effective SAR expansion by the medicinal chemist. (vi) Vendor is responsible for providing the following: 1. The Vendor must be able to provide the NCATS DPI with 1408 compounds at 3mg each, packaged in NCATS supplied Matrix trubes at 88 compounds per plate. 2. Each small molecule must be guaranteed to have a purity of >90% (accuracy +/-5%) that is to be confirmed by NMR and/or LCMS spectra 3. In addition to the molecules themselves, the Contractor must be able to provide the following electronic information for each required molecule: chemical structure or simplified molecular-input line-entry system (SMILES) or equivalent chemical structure information, supplier ID, plate ID, well location, tube ID, concentration in millimolar, and volume in microliters. This information shall be provided via email referencing individual compound vial barcodes. 4. The contractor must provide for shipping and handling to send small molecules in the provided vials to the NCATS. 5. Samples will be delivered as 3mg in barcoded tubes provided by NCATS. (vii) Anticipated period of performance: One-time delivery approximately 4 to 6 weeks after receipt of tubes from NCATS. (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 following factors shall be used to evaluate offers: • Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Purchase Description. • Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the Purchase Description. • Cost/Price Evaluation Factor: Offeror(s) cost/price 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. Technical and past performance, when combined, are significantly more important than cost or price. (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 (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 applicable to this acquisition. (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. 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 Friday, August 31, 2018 at 1:00pm, Eastern Standard Time and reference solicitation number NIHDA201800501. Responses shall be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and email address of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist at jessica.adams@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2c5a64e783fb2733a3830c8aa219436)
 
Place of Performance
Address: 9800 Medical Center Drive, Building B, Attn: Sam Michael, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05055023-W 20180826/180824231215-f2c5a64e783fb2733a3830c8aa219436 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.