Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
SOLICITATION NOTICE

99 -- NIHDA201800279 - FAR 52.212-5 Clauses

Notice Date
7/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHDA201800279
 
Archive Date
7/27/2018
 
Point of Contact
Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
 
E-Mail Address
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5 Clauses NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Assorted Protein and Small Molecules Purchase (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 NIHDA201800279 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 Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) for a Research and Diagnostic (R&D) Systems, Inc., 614 McKinley PL NE, Minneapolis, MN 55413-2610 assorted protein and small molecules purchase. This award is a Brand-name item requirement and will be competed among authorized sellers of R&D Systems' products. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is that since NCATS' inception, it has used R&D Systems' small molecules for the majority of cells used in its assays. Re-optimization of all existing assays would need to be performed if another manufacturer's molecules were to be introduced, and would therefore incur tremendous costs, time and material resources to the government. R&D Systems' molecules must be used for continuation of science. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated 11/6/2017. (iv) The associated NAICS code 325413 and the small business size standard is 1250 employees. This requirement has no small business socio-economic set-aside restrictions. (v) Ongoing research projects in the National Center for Translational Sciences (NCATS) Stem Cell Translational Labs (SCTL) focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells. To achieve these aims, SCTL performed rigorous internal tests of a variety of stem cell culture systems and small molecules from several vendors and concluded that small molecules and proteins from R&D Systems meets its specific requirements, including supporting stem cell pluripotency maintenance, multi-lineage differentiation and 3-D culture. Numerous batches of cells have been grown using R&D Systems' small molecules and the result was consistent and predictable growth resulting in successful assays performed at NCATS (vi) Purchase Description: R&D Systems' assorted proteins and small molecules including: Quantity Units Dibutyryl-cAMP, sodium salt 5 50MG L-Ascorbic acid 5 50MG Dorsomorphin dihydrochloride 5 50MG A 83-01 5 50MG Y-27632 dihydrochloride 10 10MG SAG 21k 10 10MG CHIR 99021 trihydrochloride 10 50MG Recombinant Human/Mouse/Rat Activin A Protein 10 50UG Recombinant Human BMP-4 Protein 10 50UG Recombinant Human Oncostatin M (OSM) Protein 5 50UG LDN 193189 dihydrochloride 5 50MG Recombinant Human/Mouse/Rat/Canine/Equine BDNF Protein. 10 25UG Recombinant Human GDNF Protein 10 50UG Recombinant Human beta-NGF Protein 10 100UG Recombinant Human NT-3 Protein 10 25UG SU 5402 10 1MG DAPT 10 10MG Salient characteristics: •Small molecules are formulated for best stability and are lyophilized from a sterile filtered solution. They are available without or with a carrier protein, usually bovine serum albumin (BSA) at 50 mg/mg of protein. •Small molecules are in solution and ready to use •Each protein is tested to rule out microbial contamination using direct plating and broth dilution, according to guidelines from the United States Pharmacopeia (USP) (vii) Delivery Date: One-time delivery three (3) to five (5) weeks ARO. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Statement of Work (SOW). 2. Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the SOW. 3. Cost/Price Evaluation Factor: Offeror(s) cost/price 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) 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 July 12, 2018, 1:00pm, Eastern Standard Time and reference number NIHDA201800279. Responses must be submitted electronically to Jessica Adams, Contract Specialist, jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and email addresss of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist, jessica.adams@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c16723fec9e4463ad5bfdccb98a67c2)
 
Place of Performance
Address: 9800 Medical Center Drive, Building B, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04980555-W 20180707/180705230607-8c16723fec9e4463ad5bfdccb98a67c2 (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.