Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
SOURCES SOUGHT

87 -- Natural Products Extracts Library

Notice Date
6/29/2017
 
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, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2017-486
 
Archive Date
7/22/2017
 
Point of Contact
Rachelle Trice, Phone: 3018276732
 
E-Mail Address
rachelle.trice@nih.gov
(rachelle.trice@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-486 2. Title: Natural Products Extracts Library 3. Classification Code: 87 - Agricultural Supplies 4. NAICS Code: 541380 Testing Laboratories - Assaying Services 5. Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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 NCGC (NCATS Chemical Genomics Center) 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. In pursuit of this goal, the Center has a strong internal team of biologists who plan experiments, optimize assays, and perform high-throughput screens - a crucial capability for these sorts of studies is a comprehensive and easily accessible inventory system for tracking the thousands of cell lines that are received and used here at NCATS. Purpose and Objectives: The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) requires a natural products extracts library containing 50,000 extracts for our high-throughput screening discovery platform. Natural products represent the richest source of novel molecular scaffolds and chemistry. Their recent clinical impact is perhaps best highlighted by the 2015 Nobel Prize for Medicine, for the discovery of artemisinin for treatment of malaria, and ivermectin for treatment of a range of parasites. Despite the importance of NPs as a source of bioactive molecules, NCATS does not currently have an NP collection as part of its high-throughput screening (HTS) platform library Project requirements: One (1) The Microbial Natural Product Extract Library, containing 50,000 extracts dissolved in DMSO The NCATS DPI requires the following: • The Contractor must be able to provide the NCATS DPI with 50,000 natural product extract screening samples derived from fungi and actinomycetes, dissolved in DMSO. • PLEASE NOTE: Extracts shall be provided to the NCATS in 50 uL aliquots in 96 well plates designed to build screening plates at NCATS. Anticipated delivery requirements: Compounds and associated information must be delivered within two (2) months following Contractor receipt of award. Other important considerations: N/A Capability statement /information sought. Respondents shall provide a capability response that clearly demonstrates the ability to meet the needs of the requirement. Responses can include: • respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; • information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; • general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); The respondent must also provide their DUNS number, organization name, 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 to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Rachelle Trice at e-mail address Rachelle.Trice@nih.gov. The response must be received on or before 12:00 p.m. 7/07/2017 Eastern "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-SS-2017-486/listing.html)
 
Record
SN04564407-W 20170701/170630000753-5717f5246d4333b2e84556ba2ac32949 (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.