SOLICITATION NOTICE
68 -- Small molecules to be included in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) small molecule collection. - Required Small Molecules List for requirement
- Notice Date
- 7/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- 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)-2015-CSS-562
- Archive Date
- 8/25/2015
- 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
- Required Small Molecules List 4 Required Small Molecules List 3 Required Small Molecules List 2 Required Small Molecules List 1 Combined Synopsis / Solicitation Title: Small molecules to be included in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) small molecule collection. (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(SSSA)-2015-CSS-562 and the solicitation is issued as a request for quotation (RFQ). 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 2005-83, dated July 2, 2015. (iv)This acquisition is unrestricted; the associated NAICS code 325199 - All Other Basic Organic Chemical Manufacturing and the small business size standard is 1000 Employees. (v)Medically relevant, novel small molecules to be included in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) small molecule collection. (vi)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, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) - one of 27 Institutes and Centers at the National Institutes of Health (NIH) - was established to transform the translational process so that new treatments and cures for disease can be delivered to patients faster. The NCATS mission 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 NCATS strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. Purpose The purpose of this requirement, for the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI), is the acquisition medically relevant, novel small molecules to be included in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) small molecule collection. Project Requirements The Contractor must be able to identify which of the four requirements they are able to fulfill. The specific requirements are as follows: Requirement 1: The Contractor must be able to provide the NCATS with 63 compounds in the amount and quantity from the molecules listed in the attached Excel document titled "Required Small Molecules List 1." Please note due to the nature of natural products, the list attached to the solicitation includes their IUPAC, a chemical nomenclature generated based on the rules set forth by the "International Union of Pure and Applied Chemistry" as no CAS numbers or MFCD numbers can be provided for these types of compounds. Requirement 2: The Contractor must be able to provide the NCATS with 334 compounds in the amount and quantity from the molecules listed in the attached Excel document titled "Required Small Molecules List 2." Please note due to the nature of natural products, the list attached to the solicitation includes their IUPAC, a chemical nomenclature generated based on the rules set forth by the "International Union of Pure and Applied Chemistry" as no CAS numbers or MFCD numbers can be provided for these types of compounds. Requirement 3: The Contractor must be able to provide the NCATS of at least 95% of the 19 compounds in the amount and quantity from the molecules listed in the attached Excel document titled "Required Small Molecules List 3." Requirement 4: The Contractor must be able to provide the NCATS with 5mg of 2,327 compounds from the molecules listed in the attached Excel document titled "Required Small Molecules List 4." In addition, the Contractor must ensure that the following requirements are met for each of the four requirements that were detailed above: 1.Each molecule provided must be guaranteed to be 90% pure or better. 2.PLEASE NOTE: Molecules shall be provided to the NCATS in barcoded vials that shall be provided to the successful Contractor by the NCATS at time of award. 3.In addition to the molecules themselves, the Contractor must be able to provide the following electronic information for each required molecule: chemical structure, compound name, molecular weight, simplified molecular-input line-entry system (SMILES) or equivalent chemical structure information, accurate weight of amount of compound shipped. This information shall be provided via email referencing individual compound vial barcodes. 4.The contractor must provide for shipping and handling to send small molecules in the provided vials to the NCATS. 5.The compounds must already exist in the Contractor's catalog to ensure that the compounds are readily available. (vii)Anticipated Period of Performance: Requirement ReferenceAnticipated Period of Performance for Compounds and Associated Information Following Contractor Receipt of Barcoded Vials Provided by NCATS: Requirement 1Within four (4) weeks; September 1, 2015- October 31, 2015 Requirement 2Within four (4) weeks; September 1, 2015- October 31, 2015 Requirement 3Within two (2) months; September 1,2015-November 31, 2015 Requirement 4Within five (5) weeks; September 1, 2015- October 31, 2015 Anticipated Place of Delivery: NCATS 9800 Medical Center Drive Rockville, Maryland 20850 (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 multiple contracts resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is more important when compared to price. The Government intends to issue multiple awards on a firm fixed price Contract for these requirements. (b)Award Criteria Selection of Offerors for awards will be on the basis of lowest price technically acceptable. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offerors must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. The offerors must specify which of the four requirements they are submitting responses for. Offerors cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The prices quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (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. (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)52.227-14 Rights in Data-General, (DEC 2007) (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this (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, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, 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, the total cost; 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 offerors' capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quotes 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. 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. Questions regarding this combined synopsis/solicitation must be received in this office by 8:00AM (EST) on August 4, 2015. Offers must be received electronically by 8:00 AM (EST) on August 10, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to: Samantha Kelly, Contract Specialist at Samantha.Kelly2@nih.gov Please reference the solicitation number HHS-NIH-NIDA-(SSSA)-CSS-15-562 on your offer. Requests for information concerning this requirement are to be addressed to Samantha Kelly via e-mail only to Samantha.Kelly2@nih.gov prior to the closing date for questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-2015-CSS-562/listing.html)
- Record
- SN03819668-W 20150802/150731235429-ecef7639d2ced190fa6fdd84482b287d (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 |