Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2022 SAM #7583
SOLICITATION NOTICE

R -- A real-time cellular thermal shift assay (RT-CETSA) instrument that can perform luminescent reads to monitor target engagement at high temperatures. This is a COVID-19 action.

Notice Date
9/2/2022 11:59:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00561
 
Response Due
9/12/2022 6:00:00 AM
 
Archive Date
09/27/2022
 
Point of Contact
Renato Gomes
 
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 75N95022Q00561 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 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 2022-07, with effective date August 10, 2022. (iv)������ The associated NAICS code is 541990 - All Other Professional, Scientific, and Technical Services and the small business size standard is $16.5M. This requirement is not set-aside to small business. (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. NCATS is one of 27 Institutes and Centers at the NIH and its mission 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. NCATS has become a key partner in the Antiviral Program for Pandemics (APP), a multi-agency initiative that includes National Institute of Allergy and Infectious Diseases (NIAID) and Biomedical Advanced Research and Development Authority (BARDA), to accelerate antiviral development through early discovery and preclinical development of safe and effective oral antivirals. The initial priority for the APP is to develop treatments for SARS-CoV-2 and other coronaviruses, with the program expanding to address other virus families with pandemic potential. NCATS will apply its proficiency in drug discovery and development and its cutting-edge technologies to fill critical needs of the APP, such as (i) target validation, (ii) high-throughput screening (HTS) for drug starting points, (iii) medicinal chemistry for lead optimization, and (iv) preclinical, investigational new drug (IND)-enabling development. As per the preprint �A real-time cellular thermal shift assay (RT-CETSA) to monitor target engagement� published by NCATS, determining a molecule�s mechanism of action is paramount during chemical probe development and drug discovery. The cellular thermal shift assay (CETSA) is a valuable tool to confirm target engagement in cells for a small molecule that demonstrates a pharmacological effect. CETSA directly detects biophysical interactions between ligands and protein targets, which can alter a protein�s unfolding and aggregation properties in response to thermal challenge. In traditional CETSA experiments, each temperature requires an individual sample, which restricts throughput and requires substantial optimization. Utilizing well-characterized inhibitors of lactate dehydrogenase alpha, RT-CETSA showed significant correlation with enzymatic, biophysical, and other cell-based assays. A data analysis pipeline was developed to enhance the sensitivity of RT-CETSA to detect on-target binding. The RT-CETSA technology advances capabilities of the CETSA method and facilitates the identification of ligand-target engagement in cells, a critical step in assessing the mechanism of action of a small molecule. (abstract, ) Thus, this Statement of Work seeks to obtain the professional services to design and build a real-time cellular thermal shift assay (RT-CETSA) instrument that can perform luminescent reads and withstand high temperatures to monitor target engagement to support NCATS and APP. (vi)������ The Statement of Work (SOW) with a description of the services to be performed is included as an attachment to this Solicitation. ����������� The National Center for Advancing Translational Sciences (NCATS) Research Service Core seeks to obtain the professional services to design and build a RT-CETSA instrument to monitor target engagement. (vii)����� The Government anticipates award of a Time & Material (T&M) for this acquisition, and the anticipated period of performance is September 26, 2022 through September 25, 2023 (12-months) or 12-months from date of award. (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 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements�Commercial Acquisition (Nov 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. FAR 52.227-14, Rights in Data-General (May 2014). Pursuant to paragraph (d), the Contractor may not assert copyright, make use of, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract without prior approval of the contracting officer. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.237-75, Key Personnel (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 Products and Commercial Services (May 2022) Invoice and Payment Provisions with and without IPP (Apr 2022) (ix)������ The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, provides the best value, considering price and other factors in this solicitation. The evaluation will compare: (a) Technical capability of the service offered to meet the Government requirement; (b) Price; and (c) Past Performance as defined under FAR 13.106-2(b)(3). If only one quotation is received it will be evaluated on the preceding basis. Key personnel proposed must include at a minimum a Program Manager. For each proposed key person, a resume is required. All staff for which resumes are submitted will be considered key staff and dedicated to this project if a contract is awarded. A description of all corresponding commercial job titles, experience, functional responsibility and education for those types of employees who will perform services shall be provided. 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 and the Government is not requesting or accepting alternate proposal(s). (x)������� The Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2022), with offers. If the offeror has completed FAR provision 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)����� Additional contract requirement(s) or terms and conditions applicable to this acquisition: ����������� This COVID-19 requirement will be funded with COVID-19 funds at time of award. The following language is applicable and shall be included in the resultant COVID-19 award. �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.� CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's Representative (COR) and Alternate COR will represent the Government for the purpose of this contract: [to be specified prior to award] The COR and Alternate COR are responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of the purchase order; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this purchase order in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) may be prepared periodically as determined by the Contracting Officer. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov (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 service. The quote, utilizing the Pricing Form attached, must be Time & Material (T&M). Quoters are advised to carefully review the requirement in deriving both the level of effort and the materials they believe are necessary to provide their best value proposal. You are not bound to propose these labor categories, quantities and tools/materials. Rather, quoters are expected to provide the best solution citing the labor mix and quantity along with the tools/materials required to accomplish the tasks. The quoter must submit fully burdened labor rates for the T&M line item listed in the attached pricing spreadsheet. The applicable ceiling price(s) and/or quantities used to generate the evaluated price are detailed on the attached pricing spreadsheet. The T&M labor mix and level of effort specified are for estimation purposes. The Government will not be liable for any costs exceeding the ceiling price of requirements detailed on the pricing spreadsheet. To assist in the preparation of your quote, the Government estimates $170,500.00, for fabrication, purchase of commercially available parts, and other direct costs for this period of performance to accomplish the requirements of the Statement of Work. This is only an estimate and does not constitute a commitment, implied or otherwise, that the Government will expend the entire amount indicated below during the performance of the purchase order. 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. All questions must be received by 9 a.m., Eastern Time, on September 7, 2022, and reference Solicitation Number 75N95022Q00561. Questions may be submitted electronically to Renato Gomes at renato.gomes@nih.gov. All quotations must be received by 9 a.m., Eastern Time, on September 12, 2022, and reference Solicitation Number 75N95022Q00561. Responses must be submitted electronically to Renato Gomes at renato.gomes@nih.gov. Fax responses will not be accepted. Attachments: Statement of Work 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) Addendum to FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (May 2022) Invoice and Payment Provisions with and without IPP (Apr 2022) Pricing Form (template)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/532a92f133c24efcbd283c6fdce66d8d/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06451839-F 20220904/220902230124 (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.