Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2015 FBO #4940
SOURCES SOUGHT

B -- Chemical Purity Analysis of the TOX21 Compound Collection

Notice Date
6/1/2015
 
Notice Type
Sources Sought
 
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-SBSS-2015-413
 
Archive Date
6/25/2015
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2015-413 Title: Chemical Purity Analysis of the TOX21 Compound Collection Classification Code: B - Special Studies NAICS Code: 541380 - Testing Laborites Description: 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. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: 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. The mission of the National Center of Advancing Translational Sciences (NCATS) 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. The TOX21 collaboration is a research program testing the hypothesis that multi-dimensional evaluation of chemical properties and effects across a broad spectrum of information domains will yield signatures predictive of toxicity, which can then be used to prioritize chemicals for more detailed toxicological examination. In order to provide cost effective high throughput chemical analysis a laboratory must have the capability to receive, handle, and process large numbers of samples, analyze samples by multiple analytical techniques, handle a diversity of chemical structures, maintain a high level of data quality, and produce results in a timely manner. Purpose and Objectives: The purpose of this requirement is to acquire the necessary analytical testing to determine the identification, purity, and concentration of a diverse set of compounds at a fixed concentration (3mM) and a limited volume (20uL) in a DMSO (in rare cases water) matrix. Scope of Work: Sample analysis services will be conducted under a Quality Management Plan (QMP) with a QA Project Plan (QAPP) specific to this project. To ensure that results are accurate and reliable a quality management plan must be developed and should include the full scope of the project. All data will be analyzed in sets. The calibration and QC samples of each set will be evaluated against the acceptance criteria established by the quality plan. Samples (aqueous or MNSO solutions) provided by the sponsor will be analyzed by LC/DAD-UV/ELSD/CLND/MS to determine presence, purity, and quantity of compound. Calibration and Quality Control samples will be included with every analytical run. Data will be assessed to determine if further analysis is required. If so, a decision tree will be followed to determine the subsequent analytical test to be performed. Period of Performance 12 months beginning at the date of award Capability statement /information sought. The respondent response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically (facsimile responses are NOT accepted) to: Andriani Buck Contract Specialist NIH/NIDA/SSSA Andriani.buck@nih.gov The response must be received on or before June 10, 2015, 8:00 AM (EST). 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 presolicitation 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2015-413/listing.html)
 
Place of Performance
Address: National Institutes of Health, National Center for Advancing Translational Sciences, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03748875-W 20150603/150601235255-46636f248ce06c663af8402ca75dae67 (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.