Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2009 FBO #2774
SOURCES SOUGHT

R -- NON-GMP Synthesis of Compounds for Drug Development - SOW Attachment No. 1 - MSDS - Draft SOW

Notice Date
6/29/2009
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NCI-SS-TSB-97030-64
 
Archive Date
7/28/2009
 
Point of Contact
James D Carder, Phone: (301) 228-4221
 
E-Mail Address
jc490y@nih.gov
(jc490y@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work (SOW) SOW Attachment No. 1 - MSDS General Information: “This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.” A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Interested parties are expected to review this Notice and the draft Statement of Work to familiarize yourself with the requirements of this project; failure to do so will be at your firm’s own risk. Background: This National Cancer Institute (NCI), National Institutes of Health (NIH) project is for the renewal of contract HHSN261200522009C with Starks Associates, Inc. (SA) that was awarded on a competitive basis for a five year period. This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). Purpose: The purpose of this project is to provide support for The Developmental Therapeutics Program (DTP) of the National Cancer Institute (NCI), Division of Cancer Treatment and Diagnosis (DCTD). The NCI is soliciting organizations with expertise in organic synthesis to perform synthesis of compounds needed for biological evaluations as potential anticancer agents. As a result of this Sources Sought Notice, the NCI may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Project Requirements: The Contractor shall synthesize non-GMP target compounds as prioritized by NCI and deliver the synthesized compounds in amounts of 0.1 to 100.0 grams to the NCI repository. The synthesis assignments may on rare occasions include parallel synthesis or deconvolutions of small combinatorial libraries, and syntheses of a few selected analogs of known compounds. Synthesis and delivery of 15 to 25 target compounds per year are anticipated depending upon complexity. If all options are exercised the seven year total of would be 110 – 150 target compounds. The Contractor shall prepare Material Safety Data Sheets for all single compounds and libraries which are delivered, and check the purities of previously synthesized or purchased compounds when requested. Anticipated Period of Performance: The anticipated period of performance, inclusive of options, for this proposed contract is 02/18/2010 to 02/17/2017. The contract will consist of a one (1) year base period (02/18/2010 to 02/17/2011) and if exercised, six consecutive one (1) year option periods. Mandatory Qualification Criteria: All parties interested in this project must meet the following mandatory criteria for eligibility: The offeror must possess the necessary licenses required by Local, State and Federal governments to handle, synthesize, store and ship the compounds. The Contractor shall be in compliance with Environmental Protection Agency regulations regarding the discharge of water and air pollutants and for assuring that disposal of all chemical residues meet current EPA regulations. Mandatory Exclusion Criteria: The offeror may not be a commercial pharmaceutical, chemical or biotechnology firm or a subsidiary of any of these firms. For purposes of this RFP, a commercial pharmaceutical, chemical or biotechnology company is defined as an organization which sells drugs and/or chemicals to the general public for profit or is engaged in research leading to such products. Description of Information to be included in the Capability Statement: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Statement of Work (SOW). Tailored Capability Statements for this requirement shall address the following six (6) areas: 1. Demonstrate the ability to meet the mandatory criteria as noted above. 2. Demonstrate the ability to meet the mandatory exclusion criteria as noted above. 3. Demonstrate the ability to provide knowledgeable professionals, to meet the objectives of the attached draft SOW. Specifically, addressing the following regarding the proposed staff: • Relevance and quality of the Principal Investigator’s (PI) recent experience and accomplishments in organic synthesis, qualifications for leading this project, and availability for assignment. • Relevance and extent of experience of the other investigators, based on recent examples of pertinent accomplishments in organic synthesis. • Availability of the proposed team and evidence of functioning as a team. • Indicate the substitute for PI, if PI is not available to perform his duties. 4. Demonstrate the organization’s technical approach/understanding to meeting the objectives of the attached draft SOW. Specifically, address the following: • Practicality of synthetic methodology proposed for examples as reflected by the description of the synthesis and suitability of relevant citations and examples from the literature. • Adequacy of proposed purification and characterization of key Intermediates and target compounds. 5. Demonstrate the availability of resources, equipment, and facilities as required for the performance of the tasks stated in the draft SOW. Specifically, addressing the following three areas: • Suitability and availability of appropriate facilities including laboratory space and equipment. • Availability of essential modern equipment such as combinatorial/parallel synthesizer, microwave reactor, Heating mantles & Parr Hydrogenator, etc. required for Organic synthesis, analytical instruments, and spectroscopic equipment. (HPLC, IR, UV, NMR, MS). • Availability and access of library resources including on-line search capability. 6. Demonstrate the organizational experience and capability as required for the performance of the tasks stated in the draft SOW. Specifically, addressing the following three areas: • Pertinent background experience and qualifications of the organization. (i.e. How long company has been in business, what experience does company have with chemical syntheses etc…) • Evidence of organizational support. • Demonstrate the adequacy of the safety procedures used for ensuring the safety of the personnel on this project. A copy of the draft Statement of Work (SOW), which is subject to revisions, may be accessed on the NCI Office of Acquisitions Website at URL: http://rcb.nci.nih.gov/. Once there, click on Current Requests for Proposals. NAICS Code and Size Standard: In the event an RFP is issued, North American Industry Classification System (NAICS) code 325413 with a size standard of 500 Employees is being considered. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 15 single sided pages including all attachments, resumes, charts, etc... (single spaced, 12 point font minimum) that clearly details the firm’s ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Tailored capability statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. If there are any responsible contractors who have proven experience and meet the capabilities cited to perform the requirement, they may submit experience, capabilities and qualifications as outlined above which will be considered by the NIH. This notice of intent is not a request for competitive proposals. However, all information received within fourteen (14) days after date of publication of this synopsis will be considered by the Government. 2. Due Date: Tailored capability statements are due no later than 3:00PM (Eastern Prevailing Time) on July 13, 2009. 3. Number of Copies and Delivery Point: Please submit one (1) original and three (3) copies of your response as follows: If hand-delivered or delivery service James D. Carder, Contracting Officer Treatment and Support Branch Office of Acquisitions, NCI National Cancer Institute at Frederick Building 244, Room 101 Frederick, MD 21701-1201 If using U.S. Postal Service James D. Carder, Contracting Officer Treatment and Support Branch Office of Acquisitions, NCI National Cancer Institute at Frederick P.O. Box B, 244 Miller Drive Frederick, MD 21701-1201 All responses must be received at NCI by the specified due date and time in order to be considered. The original document must be readily accessible for date stamping purposes. NOTE: Ft. Detrick is a secured military base. Couriers delivering proposals must use the 7th Street (Main Entrance) to gain access to Ft. Detrick. It is recommended that you contact James Carder, Contracting Officer at 301-228-4221 in advance to schedule a specific date and time to deliver your proposal. Facsimile responses will not be accepted. Point of Contact: Inquiries concerning this Notice may be direct to: James Carder, Contracting Officer Email: carderj@mail.nih.gov Ph.:301-228-4221 Or Tim Crilley, Contracting Officer Email: tcrilley@mail.nih.gov Ph.:301-228-4224 Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). ATTACHMENTS: Draft Statement of Work (SOW) Draft MSDS Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/HHS-NIH-NCI-SS-TSB-97030-64/listing.html)
 
Record
SN01860106-W 20090701/090630000700-96c51533b5efb33c0319bd4f48476463 (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.