SOLICITATION NOTICE
Q -- Testing of compounds for IRAK and FLT3 kinase binding
- Notice Date
- 8/28/2020 6:06:29 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00269
- Response Due
- 9/4/2020 12:00:00 PM
- Archive Date
- 09/19/2020
- Point of Contact
- Ty Lawson, Phone: 301-496-9868
- E-Mail Address
-
ty.lawson@nih.gov
(ty.lawson@nih.gov)
- Description
- �(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 75N95020Q00269 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 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), NIDA Office of Acquisitions � National Center for Advancing Translational Sciences (NCATS) Section, on behalf of the NCATS intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Eurofins DisoverX. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 dated August 13, 2020. (iv)������ The associated NAICS code is 541380 and the small business size standard is $16.5 Million. This requirement has no set-aside restrictions. (v)������� The NCATS requires the purchase of the testing of compounds for IRAK and FLT3 kinase binding General Requirements: Contractor will:� Perform 10-dose (10 concentration) experiments in singlicate, testing each of 30 small molecule compounds (to be submitted in 3 separate batches of 10 compounds per batch) for binding to 13 targets:� IRAK1(item # 87-0007-1221), IRAK4 (item # 87-00071223), FLT3 (item # 87-0007-1122), FLT3(D835H) (item # 87-0007-1436), FLT3(D835V) (item # 87-0007-1459, FLT3(D835Y) (item # 87-0007-1422), FLT3(ITD) (item # 87-0007-1432), FLT3(ITD, D835V) (item # 87-0007-1460), FLT3(ITD, F691L) (item # 87-0007-1461), FLT3(K663Q) (item # 87-0007-1434), FLT3(N841I) (item # 87-0007-1401), FLT3(R834Q) (item # 87-0007-1384), FLT3(autoinhibited) (item# 87-0007-1123). Provide a comprehensive report with the results of the experiments of each of the 30 compounds against the targets listed above.� Specific Requirements: Contractor will have significant experience (> 5 years) in the testing of small molecule compounds in binding assays for inhibition of IRAK1, IRAK4, FLT3, FLT3(D835H), FLT3(D835V), FLT3(D835Y), FLT3(ITD), FLT3(ITD, D835V), FLT3(ITD, F691L), FLT3(K663Q), FLT3(N841I), FLT3(R834Q), and FLT3(autoinhibited) using the Kinomescan assay format. Contractor will offer testing using the same Kinomescan assay format against at least 200 other kinase enzymes, should such further testing be required.� This will ensure that all testing will be conducted in the same assay format, and will allow �apples-to-apples� comparison of data.� Contractor will have access to all critical instrumentation necessary for this statement of work. Contractor will be capable of testing the aforementioned 30 compounds in all the assays described above in <1 months� time after receipt of compounds.� GOVERNMENT RESPONSIBILITIES Government will not furnish property, facilities, workspace, computers, or other equipment. Contractor will not use federal facilities. Government will have the responsibility to review and approve the final report. Government will have the responsibility to provide sufficient quantities of the lead compound in order to contractor to accomplish the necessary work DELIVERY OR DELIVERABLES Contractor will provide the data analysis and report for the contents of this statement of work. REPORTING REQUIREMENTS Contractor will provide monthly updates on the progress of the project, or more often as appropriate ����������� DATA RIGHTS ����������� Any data generated as a result of this contract will be the property of NCATS ����������� PUBLICATION AND PUBLICITY ��������� Contractor will not publish the results of the work ����������� CONFIDENTIALITY OF INFORMATION ����������� Contractor will keep the results of the acquisition confidential. (vi)������ Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be within 12 months from the contract award and receipt of first batch of material. (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � 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. (b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line item identified above. Technical and past performance, when combined, are significantly more important than price. (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. (viii)���� 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. (ix)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The following addendum applies: 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 (Aug 2020) 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). (x)������� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. � (xi)������ The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii)����� The offeror must complete and return FAR 52.204-24 and FAR 52.204-26 with its offer. (xiii)���� 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.� (xiv)���� 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 4, 2020, by 3 pm Eastern Standard Time and reference solicitation number 75N95020Q00269. Responses must be submitted by email to Ty Lawson, Contract Specialist, ty.lawson@nih.gov, tel. 301-496-9868. Fax responses will not be accepted. The name of the individual to contact for information regarding the solicitation: Ty Lawson, Contract Specialist, ty.lawson@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa00d14b85d0453db9d9554cd129ca63/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN05777631-F 20200830/200831093742 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |