SOLICITATION NOTICE
Q -- Profiling of 40 optimized small molecule kinase inhibitors versus 359 wild-type kinases in 10-dose IC50 determining assays
- Notice Date
- 2/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- 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
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-15-153
- Archive Date
- 3/24/2015
- Point of Contact
- Megan Ault,
- E-Mail Address
-
megan.ault@nih.gov
(megan.ault@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-153 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541380 with a Size Standard of $15.0 Million. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. ACQUISITION AUTHORITY 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 in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, dated November 25, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is the acquisition a full kinome profile for 40 established small molecule kinase inhibitors to be used by the National Center for Advancing Translational Sciences (NCATS) Division of Pre-clinical Innovation (DPI). Project Requirements AThe contractor shall provide the selectivity data for the 40 kinase inhibitor collection versus a minimum of 359 wild-type kinases using standard methods (for instance, the incorporation of radiolabeled phosphate from [gamma-32P] ATP into an established peptide or protein substrate). A minimum of a 10-dose complete response curve should be utilized to establish an unambiguous IC50 value for each agent versus each kinase. The contractor shall provide a full kinome profile of the 10-dose IC50 values established for 40 kinase inhibitors versus 359 wild-type kinases utilizing standard and validated assays. Anticipated Period of Performance The Contractor shall have approximately four (4) weeks after receipt of the order for delivery. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offeror must include all items detailed in the project requirements in its quotation. 2. The Offeror must confirm ability to meet delivery requirements. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quotation must include item descriptions per the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-153. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at megan.ault@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-153/listing.html)
- Record
- SN03647373-W 20150222/150220234517-2fb618096dd66fa0aa8f7a003368b9ed (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 |