MODIFICATION
68 -- Chemical Library of 244 specific compounds - Amendment 1
- Notice Date
- 9/11/2018
- Notice Type
- Modification/Amendment
- 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
- NIHDA201800458
- Archive Date
- 9/29/2018
- Point of Contact
- Kimberly Espinosa, Phone: (301) 827-3546, Jeffrey Schmidt, Phone: (301) 402-1488
- E-Mail Address
-
kimberly.espinosa@nih.gov, schmidtjr@mail.nih.gov
(kimberly.espinosa@nih.gov, schmidtjr@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Outline of Amendment 1 changes FAR 52.212-3 Invoice and Payment Provisions FAR 52.212-5 List of 244 specific compounds The purpose of this Amendment 1 is to revise the requirement and the technical approach. The requirement is changed from 216 compounds to 244 compounds. The technical approach is changed to allow vendors to quote for less than 244 compounds, with a minimum of 200 compounds. The deadline is extended until 12:00pm EDT on Friday, September 14, 2018. See attached PDF of Amendment 1 for an outline of changes made. (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 NIHDA201800458 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. (iv) The associated NAICS code is 325414 and the small business size standard is 1,250 employees. This requirement is full and open with no set-aside restrictions. (v) NCATS seeks to purchase one (1) Chemical Library of 244 specific compounds. The Government will consider for award quotes for chemical libraries that include at least 200 of the listed compounds. The Government will not consider any quote that contains less than 200 of the listed compounds and is not seeking any compounds that are not listed. See attachment for the list of 244 specific compounds. The chemical library must have the following salient characteristics: 1.5mg of each compound ( if 5mg not available, 1mg or more acceptable ) 2.Each small molecule must be guaranteed to have a purity of >90% that has been confirmed by NMR and/or LCMS spectra NCATS will provide tared, barcoded 4mL glass vials for samples to be dispensed in. It is ideal for all samples to be dispensed into the glass vials provided by NCATS, but it is sufficient if original packaging is provided for a subset of the compounds. The Contractor must be able to provide the following electronic information for each molecule that is supplied to NCATS. This information shall be sent via email to the NCATS point of contact designated on the purchase order. 1.The amount dispensed to each vial reported to 1 decimal point (e.g. 4.9mg, 5.0mg, 5.2mg) 2.The vial's barcode associated to your sample's catalog number, SMILES, CAS, and name in either an Excel file or SDF (vi) Delivery shall occur within eight (8) weeks after receipt of tubes from NCATS. Delivery shall be made to the below address with FOB Destination. National Center for the Advancement of Translational Sciences 9800 Medical Center Drive Rockville, MD 20850 (vii) The Government plans to award a contract resulting from this solicitation. The resulting award will be made 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 quotations: 1.Technical approach - how many of the listed compounds are able to be provided 2.Past performance (see FAR 13.106-2(b)(3)) 3.Price Vendor quotes must contain at least 200 of the listed compounds to be considered for award. (viii) The following provisions / clauses apply to this acquisition: •The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items •The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This provision is provided in full text as an attachment to this combined synopsis/solicitation. Offerors are to complete this provision and submit a completed copy with its offer. •The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items •The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. This clause is provided in full text as an attachment to this combined synopsis/solicitation. •NIH Invoice and Payment Provisions (2/2014). These provisions are provided as an attachment to this combined synopsis/solicitation. (ix) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (x) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xi) 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 clearly state how many, and which, of the listed compounds the vendor can provide. The quote must also include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, product or catalog number(s); product description; what the warranty covers; 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. 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 12:00pm EDT on Friday, September 14, 2018, and reference solicitation number NIHDA201800458. Responses may be submitted electronically to Kimberly Espinosa, Contract Specialist, at kimberly.espinosa@nih.gov. Fax responses will not be accepted. (xii) The name and telephone number of the individual to contact for information regarding the solicitation is Kimberly Espinosa, Contract Specialist, 301-827-3546, kimberly.espinosa@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800458/listing.html)
- Record
- SN05084557-W 20180913/180911231625-0b9deb06ce2eb883250c80bd5d9d03a7 (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 |