SOLICITATION NOTICE
Q -- Mutant IDH1 inhibitors
- Notice Date
- 3/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in 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
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-CSS-15-210
- Archive Date
- 4/21/2015
- Point of Contact
- Megan Ault,
- E-Mail Address
-
megan.ault@nih.gov
(megan.ault@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (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 HHS-NIH-NIDA-CSS-15-210 and the solicitation is issued as a request for proposal (RFP). 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. (iv)A notice regarding any set-aside restrictions, the associated NAICS code 541711- Research and Development in Biotechnology and the small business size standard is 500 employees. (v)This acquisition is 100% set-aside for small businesses. (vi)The National Center for Advancing Translational Services (NCATS) Division of Pre-clinical Innovation (DPI) requires a 45 mouse Patient-Derived Xenograft (PDX) study with single route of administration to measure tumor size. Specifically, the NCATS DPI requires the following commercial contractor testing services: 1.The contractor shall perform singe route of administration of primary cholangiocarcinoma, CTG-0941 tissue, on 45 mice over a 28 day cycle. 2.The contractor shall, as part of the testing services, perform caliper measurements of tumor size twice weekly. 3.The contractor must have an animal welfare assurance plan in place with the National Institutes of Health. The Government shall provide the testing compound to the Contractor after Contractor receipt of award. The Government shall not provide mice for testing; the Contractor must provide. (vii)It is expected that delivery of test results will be completed approximately one (1) month after contractor receipt of order. (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. Technical when combined is more important when compared to price. The following factors shall be used to evaluate offers: (1)Technical Management Approach (50%) The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. (2)Technical Capabilities for Delivering Services (50%) The Offer shall detail in its technical proposal how it shall meet the delivery as detailed in this CSS. (3)Price (b) A written notice of award or acceptance of an offer emailed 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 provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The addendum includes the following FAR Clauses and provisions, and terms and conditions: (a)52.217-9, Option to Extend the Term of the Contract (Mar 2000) (b)HHSAR 352.239-70, Standard for Security Configuration (c)HHSAR 352.239-71 Standard for Encryption Language (d)HHSAR 352.239-73(a), Electronic and Information Technology Accessibility (e)Homeland Security Presidential Directive (HSPD)-12 (f)Federal Information Security Management Act of 2002 (P.L. 107-347) (FISMA) (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. 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 and a price proposal. The price proposal must include the unit price and the total price for the testing service. 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 April 6, 2015, 11:00 a.m., Eastern Standard Time, and must reference number HHS-NIH-NIDA-CSS-15-210. Responses may be submitted electronically to Megan Ault, Contract Specialist at megan.ault@nih.gov. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-CSS-15-210/listing.html)
- Record
- SN03676417-W 20150325/150323235932-93544d1226b180619857cb13ad385627 (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 |