Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
SOLICITATION NOTICE

Q -- Evaluation of selected compounds in TR-FRET assays for LATS1, LATS2, AKT and ROCK1 and ROCK2

Notice Date
3/25/2022 11:36:02 AM
 
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
75N95022Q00160
 
Response Due
4/4/2022 11:00:00 AM
 
Archive Date
04/19/2022
 
Point of Contact
Morgen Slager, Phone: 3014020952
 
E-Mail Address
morgen.slager@nih.gov
(morgen.slager@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 75N95022Q00160 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 Firm Fixed Price Purchase Order without providing for full and open competition (including brand-name) to EnzymLogic, C/Santiago Grisol�a, 2, 28760, Madrid, Spain for Evaluation of selected compounds in TR-FRET assays for LATS1, LATS2, AKT and ROCK1 and ROCK2. 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 sole source justification is EnzymLogic is on of few companies specializing in protein affinity data. It�s the only company to focus exclusively on kinases. They are the only company that offers the targets that are need in LATS1 and LATS2. (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 22-2022/01-14-2022. (iv)� The associated NAICS code 541380 � Testing Laboratories and the small business size standard $15m.This requirement is sole source. (v)� �This requirement is for the evaluation of selected compounds in TR-FRET assays for LATS1, LATS2, AKT and ROCK1 and ROCK2 (vi)� �- Profile 7 compounds versus these targets to determine their kinetic constants (kon and ����koff) - Kd and residence times versus each of these targets of interest -Each compound will be tested using 4-point, 10-fold dilution series in singlicate -Wells containing a fluorescent probe, the antibody and the target without compound will be used as the total binding control and wells containing the fluorescent probe and the antibodies will be used as the basal control. -The TR-FRET signal will be measured continuously throughout 240 minutes -Results will be fitted into a non-linear regression curve that measures the kinetics of competitive binding Background: 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 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. Purpose: In this experiment, the contractor will utilize recently developed TR-FRET binding assay for 5 (five) key targets (LATS1, LATS2, AKT, ROCK1 and ROCK2) of interest to our candidates LATS1/2 inhibitors that we are currently developing. This will enable us to validate the binding affinity of our molecules in relevant, physiological settings to our desired targets (LATS1 and LATS2) and will also enable us to identify possible, undesired off-target effects (AKT1 and ROCK1 and ROCK2). This experiment will support a drug development project focused at developing novel inhibitors for the �hippo pathway� kinases LATS1 and LATS1. LATS1/2 are 1st in class targets, for which no drugs are currently available. Inhibition of LATS1/2 is expected to be beneficial in multiple settings/indications, spanning from regenerative medicine to cancer immune-therapy. Project Requirements: Kinetic profiling vs AKT, LATS1, LATS2, ROCK1 and ROCK2. Work is to be completed 50 days after vendor receives the order Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below. All data should be summarized and included in a final electronic report, deliverable to NCATS via email within three months of the receipt or the order. (vii)� �The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 4/11/2022 � 4/10/2023, delivery date is 50 days after vendor receives the order The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850. (viii)� 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 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) �FAR 52.225-6, Trade Agreements Certificate (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 (Nov 2021). 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)> HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (ix)� The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)��There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)� 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. 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 quotations must be received by 2:00 p.m., Eastern Daylight/Standard Time, on April 4,2022, and reference Solicitation Number 75N95022Q00160. Responses must be submitted electronically to Morgen Slager, at morgen.slager@nih.gov. U.S Mail and Fax responses are not accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7a9f0634ede4a50b6fd07a41a627813/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06279511-F 20220327/220326171914 (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.