Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2015 FBO #4958
SOURCES SOUGHT

B -- NCATS Pharmacologically Active Chemical Toolbox (NPACT) commercial powder reformatting to solutions in 96-well and 384-well plates

Notice Date
6/19/2015
 
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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2015-479
 
Archive Date
7/14/2015
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE 1.Solicitation Number:HHS-NIH-NIDA-SSSA-SBSS-2015-479 2.Title: NCATS Pharmacologically Active Chemical Toolbox (NPACT) commercial powder reformatting to solutions in 96-well and 384-well plates 3.NAICS Code: 541380- Testing Laboratories 4.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 Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which 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. NCATS DPI Compound Management (CoMa) has been tasked with assembling the NPACT library. DPI will include these molecules in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) small molecule collection. NPACT aims to broadly cover all biological mechanisms known in literature or patents and provides information access for NCATS investigators to accelerate their research. Purpose and Objectives: The purpose of this requirement is to procure testing services to solubilize ~44,000 compounds in DMSO to 10mM concentration and distribute them for HTS screening to the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). Features/Requirements: Specifically, the following services are required: 1.) The Contractor shall solubilize each 1dram barcoded vial containing ~5mg powder (DPI will provide the vial barcode, exact weight of powder in each vial to 1 decimal point, and formula weight of each sample) to 10mM in 100% DMSO solvent. 2)The Contractor will visually verify that the powder is completely solubilized before distribution to the destination labware. 3)If the sample cannot be dissolved to 10mM, subsequent dilutions will be attempted at 5mM, 2.5mM, and 1.25mM before distribution to the destination labware. 4)The Contractor will distribute up to 900uL of solution to each of 2 Matrix barcoded tubes, cap each tube with a Sepraseal cap, and place them in separate barcoded Matrix racks. 5)The Contractor will distribute 20uL solution of each sample to a different well in a 384-well plate which will be thermally heat sealed. Deliverables/Reporting Requirements: 1.The Contractor will deliver by overnight courier at their expense to DPI the frozen solutions in Matrix racks and 384-well plates, and electronically report to DPI in Microsoft Excel format the RackID, Well Position, Matrix barcode (if applicable to the plate type), sample ID, and sample concentration in millimolar. 2.The Contractor will return any unused portion of consumables to DPI at the end of the project and dispose of any vials and caps that have been consumed in the solubilization process. Anticipated period of performance: Project completion and delivery of results within six (6) months following receipt of materials from NCATS. Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and 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 (10) page limit. The 10-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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Samantha Kelly, Contract Specialist at e-mail address Samantha.Kelly2@nih.gov The response must be received on or before June 29, 2015 at 8:00AM, eastern time. "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-01/HHS-NIH-NIDA-SSSA-SBSS-2015-479/listing.html)
 
Record
SN03770377-W 20150621/150619234850-dd4d2d680591633b08b904296b33543e (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.