Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

A -- DiscoverX GALR1 and GALR2 Stable Cell Lines/Assays for HTS, or Equalvalent

Notice Date
9/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541713 — Research and Development in Nanotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHSN-NIH-NIDA-RFQ-2018-507
 
Archive Date
10/2/2018
 
Point of Contact
Bruce E. Anderson, Phone: 3014021655
 
E-Mail Address
bruce.anderson@nih.gov
(bruce.anderson@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Eurofins DiscoverX GALR1 and GALR2 Stable Cell Lines/Assays for High-Throughput Screening, or equal 1.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. 2.The solicitation number is HHSN-NIH-NIDA-RFQ-2018-507 and the solicitation is issued as a request for quotation (RFQ). 3.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated June 15, 2018. 4.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; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. 5. This requirement is a total small business set-aside. •The associated NAICS code is 541713, Research and Development in Nanotechnology, with a Size Standard of 1,000 employees •(Certification of business size should be included in the response) 6. Background, Statement of Need and Purpose: The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which 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. NCATS is in need of HTS-amenable functional assays to enable high-throughput screening of the targets GALR1 receptor and GALR2 receptor, with associated proprietary culture reagents. NCATS needs both a traditional cell line/assay system to detect secondary messengers (e.g. calcium and cAMP) for GALR1 and GALR2, as well as a beta-arrestin recruitment cell line/assay system (e.g. enzyme complementation technology) for GALR1 and GALR2. Given the role of these targets in pain/addiction, these reagents are needed to support collaborative projects in an area of pressing importance to the country (and which has been given redoubled focus recently by Congress). These cell lines will be used to conduct primary drug screening, counter screening and orthogonal assay at NCGC. To this end, NCGC is in need of these reagents to enable these novel drug discovery efforts. 7. Brand Name Items Requested (from Eurofins DiscoverX Corporation): Item # Description 92-3107G AssayComplete TM Cell Culture Kit-107 (Qty.2) 92-4102TR AssayComplete TM Thawing Reagent T2 (Qty.1) 95-0058C2 cAMP Hunter TM CHO-K1 GALR1 Gi Cell Line (Qty.1) 95-1010C2 CHO-K1 GALR2 Gq Cell Line (Qty.1) 93-0228C2 Pathfinder CHO-K1r GALR1 Beta Arrestin Cell Line (Qty.1) 93-0759C2 PathHunter® CHO-K1 GALR2 Beta-Arrestin Cell Line (Qty.1) 93-0001XL PathHunter® Detection Kit (Qty.1) 8. Generic Name of Product : GALR1 and GALR2 stable cell lines/assays for HTS 9. Salient Characteristics Needed for Equivalent a.For both GALR1 and GALR2 receptors, NCATS needs both a traditional cell line/assay system to detect secondary messengers (e.g. calcium and cAMP), as well as a beta-arrestin recruitment cell line/assay system (e.g. enzyme complementation technology such as PathHunter) b.Cell Lines oGALR1 cAMP Cell Line (e.g. CHO-K1 background) oGALR2 cAMP Cell Line (e.g. CHO-K1 background) oGALR1 Beta-Arrestin Cell Line (e.g. CHO-K1 background) oGALR2 Beta-Arrestin Cell Line (e.g. CHO-K1 background) c.Cell lines / assays must be robust and HTS-compatible (scalable to 1536-well format) d.Associated detection kits and thawing/culture reagents 10. Delivery Location/Date : a.The cell lines/reagents shall be delivered to NCATS at 9800 Medical Center Drive, Room 1033, Rockville, Maryland 20850. b.One time delivery, within four (4) weeks of award. 11. FAR Clause/Terms and Conditions a.52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) b.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. c.The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. d.FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. e.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. f.The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. 12.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: Lowest-Priced Technically Acceptable. 13.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. 14. Responses a.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. b.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." c.Include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. d.All responses must be received by Monday, September 17, 2018, by 3PM EST, and reference number HHSN-NIH-NIDA-RFQ-2018-507. Responses may be submitted electronically to Bruce Anderson at bruce.anderson@nih.gov e.Fax responses will not be accepted. f.The name and phone number of the individual to contact for information regarding the solicitation is Bruce Anderson, 301-402-1655
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHSN-NIH-NIDA-RFQ-2018-507/listing.html)
 
Place of Performance
Address: 9800 Medical Center drive, Bldg. B, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05080934-W 20180912/180910231208-960a360901bb73078c156c38ccc9d519 (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.