Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2023 SAM #7793
SPECIAL NOTICE

Q -- SARS?CoV?2 antiviral testing of compounds using EpiAirway Human 3D Respiratory Epithelial Cells

Notice Date
3/28/2023 11:43:09 AM
 
Notice Type
Special Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Response Due
4/4/2023 9:00:00 AM
 
Archive Date
04/05/2023
 
Point of Contact
Kaitlyn Landi, Phone: 3018271804, KJ Shaikh, Phone: 3014436677
 
E-Mail Address
kaitlyn.landi@nih.gov, KJ.Shaikh@nih.gov
(kaitlyn.landi@nih.gov, KJ.Shaikh@nih.gov)
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA) 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 Center for Predictive Medicine at the University of Louisville 950 N. Hurstbourne Pkwy Louisville, KY 40222 for SARS?CoV?2 antiviral testing of compounds using EpiAirway Human 3D Respiratory Epithelial Cells. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 541380 Testing Laboratories and Services with a Size Standard of $16.50. � REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2022-08 dated October 22, 2022. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The current pandemic of SARS-COV-2 requires the emergency response of NCATS to develop high-throughput cell-based assays for drug screening (HTS), development of antibodies for the virus, drug repurposing to target the disease among other things. The research conducted will target the infection and replication of the virus in animal models. Specifically, we will test four small molecules using EpiAirway human 3D respiratory epithelial cells and collect data to determine effects on viral replication. NCATS does not have the facility nor capability to run tests using animal models of viruses and for that reason it must get this service through a contractor. The contractor shall set up the assay to do the testing. Testing shall be conducted using EpiAirway, 3D Respiratory Epithelial Tissues in a 24?well plate format: Contractor shall review the available in-vitro data and discuss efficacy study design with NCATS prior to experiment start date. Contractor shall perform an antiviral assay and determine viral replication (TCID50 assays), toxicity (LDH-glo assay), at two timepoints (24 h and 96 h). This shall involve EpiAirway, 3D Respiratory Epithelial Tissues treated with compounds or controls (vehicle, no virus, bleomycin, remdesivir). Control samples (n=2 tissues): No virus Virus + DMSO Virus + 2 uM remdesivir (antiviral control) Virus + 100 uM bleomycin (cytotox control) Test articles: Option 1: 4 compounds at 5 concentrations each (n=2) Option 2: 5 compounds at 4 concentrations each (n=2) Contractor shall draft a study report for the NCATS review Contractor shall submit a final study report to NCATS. LEVEL OF EFFORT: PhD level scientists with knowledge and training in in vitro animal model testing shall conduct experiment. Delivery/Deliverables: The final report shall contain raw data, data tables and graphs. It shall also include EpiAirway� tissue response following apical exposure at 24 and 96 hr time points, and the results of incremental doses. Draft Study Report with raw data, data tables and graphs: 12 Weeks after award Final Study Report with raw data, data tables and graphs: 12 Weeks after award ESTIMATED PERIOD OF PERFORMANCE: Period of performance is 12 weeks after receipt of test articles. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Center for Predictive Medicine at the University of Louisville 950 N. Hurstbourne Pkwy Louisville, KY 40222 is the only vendor in the marketplace that can provide the services required by NIDA . The intended source is: Center for Predictive Medicine at the University of Louisville 950 N. Hurstbourne Pkwy Louisville, KY 40222 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95023Q000189. Responses must be submitted electronically to Kaitlyn Landi, Contract Specialist, at kaitlyn.landi@nih.gov and KJ Shaikh, Contracting Officer, at kj.shaikh@nih.gov.� U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b4b2c9bd7e74d0cb631af1d5edf3bd5/view)
 
Place of Performance
Address: Louisville, KY 40222, USA
Zip Code: 40222
Country: USA
 
Record
SN06631992-F 20230330/230328230107 (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.