Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
SOLICITATION NOTICE

99 -- Small Molecule Target Deconvolution via radiolabelled small molecule-cellular protein interations - Attachments

Notice Date
9/5/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
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
75N95019Q00324
 
Archive Date
9/26/2019
 
Point of Contact
Jessica Adams,
 
E-Mail Address
jessica.adams@nih.gov
(jessica.adams@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5 Invoice and Payment Provisions COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Small Molecule Target Deconvolution via radiolabelled small molecule-cellular protein interations (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 75N95019Q00324 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, dated August 13, 2019. (iv) The associated NAICS code is 541714 and the small business size standard is 1000 employees. No set-aside restriction is applicable. (v) 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 translational science center that prides itself on its tremendously productive pipeline and is innovative in a number of ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, in order to ultimately translate basic science into real products and services that help improve people's lives. The purpose of this acquisition is to obtain small molecule target deconvolution studies on three different radiolabelled small molecules in order to determine the target of the small molecules. Target deconvolution is a key aspect of small molecule therapeutics. Many small molecule therapeutics provide a desired phenotypic response for a given disease or disease model. However, the molecular target of the the small molecules often remains unknown. In order to better understand the disease and the small molecule therapeutic, it is critical to discover and understand the molecular target. Target deconvolution allows for the identification of this molecular target through a variety of methods, including the use of radiolabelled small molecules. Project Requirements: 1. The government will provide three target radiolabelled compounds to the contractor. In addition, the government will provide the "cold" (nonradiolabelled) compounds to the contractor. Government will have the option to provide unlabelled, inactive compound. a. The government will provide these materials, as requested by the contractor. However, no more than 2000 nmoles of each radiolabelled compound and no more than 200 mg of each cold compound will be provided. 2. Contractor will evaluate the background binding and compound suitability of the three radiolabelled compounds at two concentrations in HEK293T cells. 3. Contractor will screen the radiolabelled compounds against a library of over 5,000 human proteins. a. Proteins will be in reverse transfected HEK293T cells b. Contractor will provide the appropriate controls to ensure the cells are transfected c. Contractor will image the cells for radioactivity, to observe hits 3. Contractor will confirm any hits with cold displacement studies. 4. Contractor will provide a comprehensive report on the results of the assessment a. Report will include images on the confirmation screen b. Report will include the names of all proteins screened c. Report will include all hits d. Contractor will be available for verbal communication regarding the results of the screen 5. Contractor will be available via e-mai or phone concerning the progress of the project, with an update every four weeks on the progress. Specific Requirements: 1. Contractor must have the capability to work with radioactive compounds 2. Contractor must have the capability to work with biological tissue GOVERNMENT RESPONSIBILITIES - Government has the responsibility to review the data, reports, and products generated. - Government's responsibility includes final approval on reports - Government has the responsibility to provide the compounds, both radiolabelled and non-radiolabelled for the assessment for the contractor. - Government will not provide telephones, workspace, or desktop computers. Contractor will not require access to government facilities. REPORTING REQUIREMENTS Contractor will be expected to stay in e-mail of phone contact with the government representative, with updates issued at least monthly. DATA RIGHTS The Government retains rights to any data produced. PUBLICATIONS AND PUBLICITY Contractor will not write, nor publish articles, except with the express written permission of the Government. CONFIDENTIALITY OF INFORMATION Contractor will keep data generated confidential. Any information the contractor is to release must be authorized by the Government before release. DELIVERY OR DELIVERABLES One report on the study performed, including any hits and confirmation. (vii) Delivery shall be 6 months ARO. National Center for Advancing Translational Sciences 9800 Medical Center Drive Rockville, MD 20850 (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: (i) technical approach (ii) price; (iii) past performance (FAR 13.106-2(b)(3)) Technical and past performance, when combined, are significantly more important than cost or price. Quotations may meet or exceed the stated requirements but the Government is not accepting non-equal systems. The Government reserves the right to select a response that exceeds the stated requirements, but is not required to do so. (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 are 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) The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (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 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. 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 September 11, 2019 at 1:00pm, Eastern Standard Time and reference number 75N95019Q00324. Responses may be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist at jessica.adams@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa32eea8382f707a4b16e08e9891a51e)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05433066-W 20190907/190905231306-aa32eea8382f707a4b16e08e9891a51e (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.