Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
SOLICITATION NOTICE

65 -- LANCE® Ultra kinase assay kit - Package #1

Notice Date
2/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) 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, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800062
 
Archive Date
3/22/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - Invoice and Payment Provisions Attachment 2 - FAR 52.212-5 Clauses Attachment 1 - Purchase Description Title : LANCE® Ultra kinase assay kit (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 NIHDA201800062 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) for the PerkinElmer LANCE® Ultra kinase assay kit. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13-Simplified Acquisition Procedures by soliciting from a single source pursuant to FAR Subpart 13.106-1(b). Pursuant to FAR Subpart 13.106-1(b)(3) the rationale for the brand name justification is this brand-name assay kit is needed to ensure continuity, consistency, and accuracy of future test and experiment results with prior tests and experiments conducted using this brand-name assay kit. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 24, 2018. (iv) The associated NAICS code 325414 Biological Product (except Diagnostic) Manufacturing and the small business size standard is 1,250 employees. This requirement is not a small business set-aside. (v) Background : The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) focuses on getting more treatments to more patients more quickly. Several thousand genetic diseases affect humans, of which only about 500 have any treatment. NCATS is directly addressing this problem by discovering new technologies and other approaches that could greatly accelerate the process of developing and deploying solutions that can be used by all translational researchers. The Therapeutics for Rare and Neglected Diseases (TRND) biology program's mission is to encourage and speed the development of new treatments for diseases with high-unmet medical needs. One of the on-going projects in TRND is the Malaria Williamson project that is focused on developing drug candidates to block malaria transmission. The project requires a biochemical assay to counter screen a protein kinase called mammalian target of rapamycin (mTOR), which is an evolutionarily conserved protein kinase implicated in a wide array of cellular processes such as cell growth, proliferation, and survival. The goal of the screening of mTOR activity is to exclude any compounds that could be harmful to human mTOR. This requisition is to acquire the PerkinElmer brand LANCE® Ultra kinase assay kit, consisting of a peptide and an antibody, to continue our efforts of developing an alternate kinase assay in the Malaria Williamson project. This is a brand name-only requirement. This brand-name assay kit is needed to ensure continuity, consistency, and accuracy of test and experiment results with prior tests and experiments conducted using this brand-name assay kit. The LANCE® Ultra kinase assay has been used in a different project the TRND program is working on and will ensure results consistent with that of previous KinEASE assays in the TRND program. (vi) Purchase Description : Item 1.) ULight-p70S6K Peptide, PerkinElmer Catalog #TRF0126-M Item 2.) Europium-anti-p-p70S6K (Thr389) Antibody, PerkinElmer Catalog #TRF0214-M Quantity : One (1) assay kit containing six (6) peptides 5nmoles/each and six (6) antibodies 100ug/each. (vii) Delivery Date : One (1) time delivery within thirty (30) days after receipt of order. Delivery To Location : Building C 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. The full text is available at: https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179124 (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The full text is available at: https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179178 (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Specifications: Contractor's ability to provide the quantity brand-name items in the purchase description with the salient characteristics. 2. Delivery: Contractor's ability to meet or exceed the delivery date in the purchase description. 3. Warranties: quality, type, and duration of warranties. 4. Price. The Government will evaluate quotations on the basis of a trade-off process. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The full text is available at: https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194 (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The full text is available at: https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179465 (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached to this Solicitation. (xiii) There are no additional contract requirements or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (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, 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. 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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." All responses must be received by 3:00 p.m. Eastern Standard Time, Wednesday, March 7, 2018, and reference number NIHDA201800062. Responses may be submitted electronically to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. Fax responses will not be accepted. Contracting Office Address: 6001 Executive Blvd Room 3150, MSC 9559 Bethesda, MD 20892-9559 (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contract Specialist mcnallyme@mail.nih.gov 301-827-5869 Attachments: 1. Purchase Description. 2. FAR 52.212-5 Clauses. 3. Invoice and Payment Provisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800062/listing.html)
 
Place of Performance
Address: Building C, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04837152-W 20180301/180227232102-1be998cd70e19fe5fcc0495b678c2363 (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.