SOURCES SOUGHT
65 -- ChemBridge IONCore and IONSet Library Compounds, or Brand Name or Equal Items
- Notice Date
- 8/28/2018
- Notice Type
- Sources Sought
- 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, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800507
- Archive Date
- 9/15/2018
- 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
- 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. The National Center for Advancing Translational Sciences (NCATS) is a part of NIH, whose mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. Adding diversity to chemical libraries is imperative to our operation, as we screen a variety of targets against these in-house collections. Given the outsized role that ion channels and receptor-mediated signaling pathways have in the pain/addiction fields, these libraries will help the NCATS Chemical Genomics Center (NCGC) address an upcoming anticipated influx of collaborative projects in these scienitifc areas. These well-curated and focused chemical libraries will help serve as important toolsets for pain/addiction and other projects, and in combination with separately sourced GPCR collections, will be ideal first-pass library choices for these collaborations, in terms of assay validation, control molecule identification and preliminary screening. Purpose and Objectives : NCATS is in need of two ion channel-focused small molecule libraries to be added to NCGC's panel of screening libraries. These proposed libraries - IONSet (4,546 compounds) and IONCore (3,572 compounds) cover distinct ion channel pharmacophore space, and will provide novel functional space to NCGC's current screening collections. Project requirements : Two (2) brand name or equal chemical libraries with a combined total of 8,118 specific compounds equivalent to the following brand name items: IONCore Library Compounds (Regular Stock Level), quantity: one (1). IONSet Library Compounds (Regular Stock Level), quantity: one (1). Manufacturer: ChemBridge Corporation https://www.chembridge.com/documents/IONCore_IONSet_Libraries.pdf Salient characteristics : The brand name equal items must meet the following salient physical, functional, or performance characteristics of the brand name item to be acceptable: • The small molecule libraries should be comprised of known ion channel modulators, as well as pharmacophore-derived potential modulators, across a variety of channel families (including but not limited to voltage-gated channels such as calcium, potassium, sodium channels and ligand-gated channels such as 5-HT3, GABA, glycine, nAChR, and PCP receptors) • The Contractor must be able to provide the NCATS DPI with 8,118 compounds at 4mg/powder or 800ul/10mM DMSO solution each, packaged in NCATS supplied Matrix tubes at 88 compounds per plate. • Each small molecule must be guaranteed to have a purity of >90% (accuracy +/-5%) that is to be confirmed by NMR and/or LCMS spectra. • In addition to the molecules themselves, the Contractor must be able to provide the following electronic information for each required molecule: chemical structure or simplified molecular-input line-entry system (SMILES) or equivalent chemical structure information, supplier ID, plate ID, well location, tube ID, concentration in millimolar, and volume in microliters. This information shall be provided via email referencing individual compound vial barcodes. • The contractor must provide for shipping and handling to send small molecules in the provided vials to the NCATS. • Samples will be delivered as 4mg in barcoded tubes provided by NCATS. Anticipated period of performance : September 2018 with a one-time delivery of the items within forty-five (45) days after receipt of order (ARO). Capability statement /information sought : Contractors believing they can provide brand name or equal items meeting all the salient physical, functional, or performance characteristics of the brand name item should submit documentation of their ability to meet the requirements to the Contract Specialist. Responses shall include a capabilities statement with the following: • Information sufficient 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 proposing on an equal product 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. 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 Mark McNally, Contract Specialist, at mcnallyme@mail.nih.gov. The response must be received on or before 12:00PM EDT, Friday, August 31, 2018. 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/NIHDA201800507/listing.html)
- Record
- SN05060820-W 20180830/180828231824-9c64754075ee7354156f2bec5ea6ae3f (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 |