Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
SOURCES SOUGHT

R -- Purification of two chemical intermediates

Notice Date
4/7/2017
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-304
 
Archive Date
4/29/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-304 2.Title: Purification of two chemical intermediates 3.Classification Code: R - Professional, administrative, and management support services 4.NAICS Code: 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing 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, conducting, supporting and making medical discoveries that improve people's health and save lives. Cancer continues to be a life-threatening disease. In 2016 alone, In 2016, an estimated 1,685,210 new cases of cancer were diagnosed in the United States and 595,690 people died from the disease. As more is learned about the underlying molecule mechanisms that drive cancer formation, especially in diverse cancer types, novel target therapies are necessary to combat this disease. Lactate dehydrogenase A (LDHA) has been identified as a potential target that is essential in several cancer types. In this regard, inhibition of LDHA is thought to be a novel mechanism to inhibit cancer growth and/or render cancer cells susceptible to additional chemotherapeutics. Two lead molecules have been developed, and we have reached the stage which requires large amounts of purified final compound. A significant hurdle in this process is the separation of regioisomers during the chemical synthesis of these compounds. Purpose and Objectives: The objective of this project is to first supply 150 g of each of the two intermediates for the National Center for Advancing Translational Sciences (NCATS). Project requirements: Supercritical fluid separation will be performed to separate the regioisomers. The desired regioisomer will be isolated as a clean intermediate. The contractor will provide the following: On 150 g scale, one purified isomer at ≥97%re (98.5:1.5 area% ratio) and target ≥80% recovery from theoretical yield for each of two intermediates, to include: Chromatographic demonstration of separation Purity information of isolated compound Isolated yield Shipment of purified material Shipment of isolated pure compound to NCATS Level of Effort: N/A Government Responsibilities NCATS will provide the compounds for purification. Compounds will be delivered in separate batches, as they are prepared and ready for shipment. The contractor will provide summaries and documentation to Government staff as necessary. Contractor will provide purified compounds to customer. Delivery or Deliverables NCATS will receive the purified compounds. Reporting Requirements The Contractor should provide monthly updates on the progress of the project, or more often as appropriate. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: Period of performance is to process in 4 phases, with all 4 phases to be completed within 9 months ARO DescriptionRacemate MassLead time1 Separation #1 of 3G4D mixture (one peak, E2) Including HPLC analysis and summary~70-80g5 - 20 days Separation #2 of 3G4D mixture (one peak, E2) Including HPLC analysis and summary~70-80g5 - 20 days Separation #1 of 3-HUR mixture (one peak, tbd) Including HPLC analysis and summary~70-80g5 - 20 days Separation #2 of 3-HUR mixture (one peak, tbd) Including HPLC analysis and summary~70-80g5 - 20 days Place of Performance: The place of performance shall be at the contractor's worksite. Capability Statement: Contractors that believe that they possess the ability to provide the required Neuropsychology Consulting Support Services should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. 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 information submitted 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 fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. Interested organizations are required to identify their organization name, address, DUNS Number type of business (e.g. 8(a), HubZone, etc), applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-304/listing.html)
 
Record
SN04464778-W 20170409/170407234641-113d900b96e233f826dcfdb0403ad1bf (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.