Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

B -- Testing Services to Triage Small Molecule 1DH1 inhibitors

Notice Date
8/7/2015
 
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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-2015-CSS-553
 
Archive Date
8/26/2015
 
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
Combined Synopsis/Solicitation Introduction: 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. The solicitation number is HHS-NIH-NIDA(SSSA)-2015-CSS-553 and the solicitation is issued as an request for quotation (RFQ). Competition Status: This requirement is posted as contracting without conducting full and open competition. Statutory Authority: This acquisition is conducted under the authority of 41 U.S.C 3304(a)(1) under provisions of the statutory authority of FAR Subpart 6.302-1(a)(2)(i)(A)- Only one responsible source and no other supplies or services will satisfy agency requirements. North American Industry Classification System (NAICS) Code: The intended procurement classified under NAICS code 541380 with a Size Standard of $15 million. Acquisition Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-83-2-2, dated August 5, 2015. Description of Requirement: 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. The NCATS Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. A In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules for application against a wide range of human diseases. Purpose: The purpose of this acquisition is to procure testing services for thirty (30) 1DH1 inhibitors (R132H and R132C in two (2) batches of 15) Ligand Binding Studies using a Surface Plasmon Resonance (SPR) method against small molecules that were synthesized at NCATS. Deliverables/Period of Performance: Project completion and delivery of results within six (6) months following receipt of materials from NCATS; period of performance will be defined upon award. Contractor Requirements: NCATS has developed inhibitors for the IDH1 mutant enzyme and needs to ascertain full binding characterization of 10 ligands via Surface Plasmon Resonance (SPR) tests. Vendor is responsible for delivering ka, kd and Kd for each small molecule sent by NCATS using an SPR method in the presence of NADPH. Specifically, the following testing services are required: 1.A minimum batch of 15 ligands is required prior to screening. NCATS can provide 1-2 mg per compound in powder form or 50 µL at 10 mM in 100% DMSO. 2.Vendor shall use IDH1 R132H and R132C as produced by Beryllium for these binding studies to allow for consistent use of mutant protein. 3.Protein shall be immobilized via NiNTA coupling. 4.Binding will be measured in the presence of NADPH. 5.Vendor shall provide a full report following the SPR analysis of each subsequent batch of compounds. 6.Vendor shall provide team that contains PhD level scientist with experience with IDH1 specifically 7.Required to finish studies within six months of receiving materials from NCATS Evaluation Criteria- FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provisions are as follows: 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, technical, price and other factors considered. The vendor shall provide all of the services listed in the "Contractor Requirements" section of this solicitation for the desired molecule/compound. Contract Type: The Government intends to issue a firm fixed price Contract for this requirement. Applicable Clauses and Provisions: All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. (a)The Government will make an award 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 to include past performance. The Government intends to issue an award on a firm fixed price Contract for this requirement on the basis of lowest price technically acceptable. (b)Award Criteria Selection of an Offeror for the award 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. Offeror's 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. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. The FAR clause is located at http://www.acquisition.gov/far/. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Response Format: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement. The price quote shall include: unit price, list price, shipping and handling costs, the delivery period after contract award, delivery terms, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, product or catalog numbers, product description and 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by August 11, 2015 at 8:00AM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-553. Responses may be submitted electronically to Samantha Kelly, Contract Specialist at samantha.kelly2@nih.gov. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-2015-CSS-553/listing.html)
 
Record
SN03829434-W 20150809/150807235417-b642fb274fdef223af69f059cb338ad1 (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.