Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2021 SAM #7145
SOLICITATION NOTICE

65 -- PathHunter detection kit (PN 93-0001XL) (Brand-name only)

Notice Date
6/22/2021 10:39:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00243
 
Response Due
6/29/2021 6:00:00 AM
 
Archive Date
07/14/2021
 
Point of Contact
Renato Gomes, Phone: 3013265033
 
E-Mail Address
renato.gomes@nih.gov
(renato.gomes@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 75N95021Q00243 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), Office of Acquisition (OA), on behalf of �the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Eurofins Discoverx Corporation, 42501 Albrae St Fremont, CA, 94538-3394 for a quantity of one (1) PathHunter detection kit (PN 93-0001XL). This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the brand-name justification is based on the screening capabilities of the PathHunter detection kit (PN 93-0001XL). Only this suggested source can furnish the requirements, to the exclusion of other sources, because the PathHunter detection kit (PN 93-0001XL), which is a crucial reagent in conducting primary drug screening in search for GPR151 modulators, has the capability of screening multiple compound libraries in 500 plates per kit. This kit that handles 500 plates is only manufactured by Eurofins DiscoverX. Eurofins DiscoverX does not authorize resellers of its PathHunter detection kit (PN 93-0001XL) that is five (5) times larger than the Eurofins DiscoverX PathHunter detection kit (PN 93-0001L), which only has a 100 plate capacity. Eurofins DiscoverX authorizes resellers (such as ThermoFischer Scientific) of the smaller kit. While a smaller 100 plate capacity kit is available, it does not satisfy the government�s minimum requirement of a 500-plate capacity kit. A smaller kit such as the kit PN 93-0001L would increase NCATS preparation time for screening because additional kits would be required to achieve the same amount of plates. NCATS used this kit before on previous research projects and the detection is fully compatible with the PerkinElmer ViewLux high throughput detection system, which NCATS uses in its laboratory to detect signals from multiple plates simultaneously. This is a critical requirement to the success of NCATS assay. Moreover, NCATS has considered the use of other reagents for this assay; however, it would require vigorous testing and excessive optimization since its researchers already use the PathHunter detection kit (PN 93-0001XL) for its various drug screening projects and would result in significant delays to its current research projects which includes the development of a GPR151 modulator. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05, with effective date March 10, 2021. (iv)������ The associated NAICS code 325414 Biological Product (except Diagnostic) Manufacturingand the small business size standard 1,250 employees. There is no set-aside restrictions for this requirement. DESCRIPTION (v)������� Background Information and Objective: 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. As a part of HEAL (Helping to End Addiction Long-term) Initiative launched by NIH, NCATS is currently pursuing screening of new targets of Pain and Addiction. GPR151 is the new targets for pain and addiction and NCATS would like to discover small molecule modulators against this receptor. To fulfill this goal, NCATS has developed a high-throughput screening (HTS) of GPR151. This HTS amenable functional assays utilize �GPR151 beta-Arrestin cell line� generated from Eurofins DiscoverX company, which have high expression of GPR151 on the cell membrane. NCATS has fully validated this assay and shown that upon GPR151 activation, this assay can generate specific luminescent signal and thus will be useful for screening GPR151 specific agonist. The PathHunter detection kit is a crucial reagent in conducting primary drug screen in search for GPR151 modulators to fulfill the goal of HEAL initiative. The PathHunter detection kit will also be a useful tool in the secondary characterization of several other HEAL drug targets of interest, and so meets several stated needs. (vi)������ The National Center for Advancing Translational Sciences (NCATS), Division of Pre-Clinical Innovation (DPI), Early Translation Branch (ETB) has a requirement for a PathHunter detection kit (PN 93-0001XL) to enable high-throughput screening of a pain-related G protein coupled receptors (GPCRs) target, e.g., GALR1 and GPR151. NCATS has a need to detect the agonists or antagonists of those pain-related GPCRs with this kit which will also be used in several other NCATS drug targets of interest, e.g., EPO receptor. For all specifications including the salient physical, functional, or performance characteristics that �equal� products must meet concerning this brand-name only requirement please refer to see the attached PURCHASE DESCRIPTION. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the delivery shall be made to NCATS four (4) weeks after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance shall be to NIH/NCATS at 9800 Medical Center Drive, Rockville, MD 20850. TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The Quoters are to include a completed copy of the attached provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), with its quote. If applicable, the following FAR Provision Representations and Certifications must be completed, signed, and returned by the quoters with its quote pursuant to FAR 4.2103 Procedures. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) (x)������� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. The additional contract terms and conditions are as follows. FAR 52.212-4 Addendum � Supplier License Agreements, attached. FAR 52.212-4(g), Invoice, is supplemented by: NIH Invoice and Payment Instructions (Rev. Feb 2021) (xi)������ The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) applies to this acquisition and is attached in full text. (xii) ���� 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. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION (xiv)���� The Government plans to award a fixed-price purchase order resulting from this solicitation. The resulting award will be made to Eurofins Discoverx Corporation provided it is technically acceptable and at a fair and reasonable price. If multiple quotations are received, the Government may perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The evaluation shall compare: Technical capability of the item offered to meet the Government requirement in accordance with the salient characteristics specified in the Purchase Description, Price, and Past Performance as defined under FAR 13.106-2(b)(3). An award will be made to the vendor whose quotation is most advantageous to the Government. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s). SUBMISSION INSTRUCTIONS (xiv)���� This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. 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 9:00 a.m., Eastern Time, on June 29, 2021, and reference Solicitation Number 75N95021Q00243. Responses must be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov. (xv)����� The name and telephone number of the individual to contact for information regarding the solicitation: Renato Gomes Contract Specialist Phone: (301) 451-2596 Email: renato.gomes@nih.gov ATTACHMENTS (xvi)���� Attachments: Purchase Description (PD) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-4, Addendum � Supplier License Agreements FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jan 2021) NIH Invoice and Payment Provisions (Rev. Feb 2021)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44f2bda8003a4bbe8164b11d82cb2e64/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06039095-F 20210624/210623205058 (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 |
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.