SOLICITATION NOTICE
66 -- GFP expressing pulmonary artery endothelial cells
- Notice Date
- 5/9/2022 7:53:45 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
- 75N95022Q00197
- Response Due
- 5/16/2022 8:00:00 AM
- Archive Date
- 05/31/2022
- Point of Contact
- Samson Shifaraw, Phone: 3014807153
- E-Mail Address
-
samson.shifaraw@nih.gov
(samson.shifaraw@nih.gov)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION�75N95022Q00197 Title: GFP expressing pulmonary artery endothelial cells �(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 75N95022Q00197 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. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-05 effective March 7, 2022. (iv)������ This acquisition has no set-aside restrictions. The associated NAICS code is 325414 and the small business size standard is 1,250 employees.� 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 ANGIO-PROTEOMIE, PO BOX 341, 43 Maple Avenue, Shrewsbury, MA 01545 for GFP expressing pulmonary artery endothelial cells. The NCATS Tissue bioprinting lab has established a protocol for 3D vascular lung tissue model containing endothelial cells, pericytes, and fibroblasts. The inclusion of GFP expressing vascular endothelial cell will allow for live tissue imaging for quality control of engineered lung tissue and longitudinal studies of changes in vascular morphology responding to various environmental cues. NCATS Tissue bioprinting lab has been using the GFP expressing endothelial cells from Angioproteomie for 5 years. The rationale for the non-competitive purchase of GFP expressing endothelial cells from Angioproteomie is because cells from this company properly met requirements after iterative works of bioprinting of 3D lung ������� model for respiratory viral infection. To ensure continuity of science, we must have GFP expressing pulmonary artery endothelial cells. To introduce any other vendor's items � would require retesting and optimization that would significantly cost the government in terms of re-optimizing and negating variables in past work. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.106-1(b)(1). DESCRIPTION (v)������� This acquisition is for the following items: Product No.� � � � � � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � cAP-0120GFP� � � � Qty 80,GFP-Human Pulmonary Artery Endothelial Cells (HPuAECs)Research Use Only/� � � � � � � � � � � � � � LOT#2022022801MTO PH0002� � � � � � � � Qty 1,��Packaging and Handling Priority OvernightDomestic Dry Ice + Packaging� � � (vi)������ Delivery shall be made to the following location, FOB Destination: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery will be in six (6) weeks after receipt of order. ����������� EVALUATION AND AWARD (vii)����� The anticipated award date is June 17, 2022. (viii)���� The Government anticipates award of a fixed-price purchase order resulting from this solicitation. The resulting award will be made to ANGIO-PROTEOMIE as long as it is technically acceptable and at a fair and reasonable price. If additional quotations are received, the award will be made to the vendor who represents the best value to the Government, price and other factors considered. The Government will use comparative evaluations to determine which quotation is the best value, in consideration of the following evaluation criteria: Technical Capability, Past Performance, and Price. ����������� TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (iv)������ The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 www.acquisition.gov. 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) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) (x)������� The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 www.acquisition.gov. In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also 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 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (Nov 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) FAR 52.225-2, Buy American Certificate (Feb 2021), if applicable FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (Feb 2021), if applicable FAR 52.225-6, Trade Agreements Certificate (Feb 2021), if applicable (xi) ����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. ����������� HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A: Health Resources Priorities and Allocations System (xii)����� 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. (xiii)���� 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. (xiv)���� The Unique Entity ID from SAM.gov, 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. (xv) ���� The provision at FAR clause 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition.� ����������� (a) 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. Technical and past performance, when combined, are significantly more important than cost or price: 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)] (b) 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. (xvi)���� ATTACHMENTS 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) FAR 52.225-2, Buy American Certificate (Feb 2021) NIH Invoice and Payment Provisions (Feb 2021) �SUBMISSION INSTRUCTIONS (ix)������ All responses to this RFQ must be received by 11:00am Eastern Time on 05/16/2022 and must reference the solicitation number cited above. Responses must be submitted via email to Samson Shifaraw at samson.shifaraw@nih.gov. (x)������� This is an RFQ. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Any representations and/or certifications attached to this RFQ must be completed by the quoter. (xi)������ Responses to this RFQ must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses may exceed capability or performance characteristics of the solicitation's requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation's requirements if it provides a benefit to the Government. (xii)����� Responses must also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, the completed FAR Provisions 52.225-2 (attached), and a quotation that includes: ����������� 1. ��The total price (inclusive of all costs, fees, shipping, etc.), 2. � Individual prices for each listed line item, 3. � Prompt payment discount terms, 4. � Product or catalog number(s), 5. � Product/service description, and 6. � Any other information or factors that may be considered in the award decision. Such factors may include: 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. (xiii)���� For information about this RFQ, contact Samson Shifaraw, Contract Specialist, at 301-480-7153 or samson.shifaraw@nih.gov. (xiv)���� All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Fax responses will not be accepted. �����������������������������������������������������������������������������������������������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6d08abe8bead405a81d7d0ce02f6001e/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06321534-F 20220511/220509230057 (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 |