Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SOLICITATION NOTICE

65 -- Albumin Kits 5,000 Assay Points

Notice Date
8/11/2015
 
Notice Type
Presolicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance 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-NOI-15-720
 
Archive Date
9/10/2015
 
Point of Contact
Matthew P. Antonini, Phone: 301-402-1678
 
E-Mail Address
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to solicit by confirming a written quotation from PerkinElmer Health for award on or around August 31, 2015. The purpose of this purchase order will be to provide the National Center for Advancing Translational Sciences (NCATS) with Albumin Kits 5,000 Assay Points as described in this notice. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 325413 with a Size Standard of 500 employees. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-83 dated August 3, 2015. DESCRIPTION OF REQUIREMENT Objective The Therapeutics for Rare and Neglected Diseases (TRND) section is seeking the technology to test the Albumin secretion level from stem cell-derived hepatocytes in a highly sensitive, quantitative, reproducible and user-friendly mode upon compound library treatment. Stem cell-derived hepatocyte-like cells (HLCs) will be treated and cultured in 384 well plates, with different compounds from NCATS compound library. In order to assess the effect of the compounds on the level of maturation of the cells, we are planning to measure the secretion of Albumin by using advanced immunoassay technology. The ultimate purpose of this project is to identify some hits compounds which can significantly promote stem cell-derived hepatocyte differentiation/maturation. Requirements Sufficient reagents for 5,000 wells of screening to determine the Albumin secretion level of iPS-derived hepatocyte. The reagents must: •Allow for an Albumin Immunoassay that offers amplified sensitivity within cell cultured samples, a wide dynamic range from 100 to 1,000,000pg/mL, and limited interference from auto-fluorescence within complex matrices. •Use a no-wash homogenous format suited for both low throughput and ultra-high throughput screens in 384 well format for the detection of human Albumin. •Use the same assay format (AlphaLISA) used in previous studies in order to provide comparable data for the selectivity. Delivery Date Within one week of award Place of Performance All kits must be delivered to the following location for inspection and acceptance: 9800 Medical Center Drive Rockville, Maryland 20850 CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, PerkinElmer Health is the only vendor in the marketplace that can provide the products required by NCATS. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a sources sought notice was posted to FedBizOpps referencing the above detailed requirements and no responses were received from other vendors. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. No other vendor is capable of providing the consistency required for research, which involves a brand-name technology. Therefore, only PerkinElmer Health is capable of meeting the needs of this requirement. The intended source is: PerkinElmer Health 710 Bridgeport Ave Shelton, CT 06484 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, HHS-NIH-NIDA-SSSA-NOI-15-720. Responses must be submitted electronically to Matthew Antonini, Contract Specialist, at matthew.antonini@nih.gov. U.S. Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-15-720/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03832422-W 20150813/150811235241-7e4982575d7c66075f91c1bfbe7b54d0 (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.