Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOURCES SOUGHT

99 -- Sythesis and Distribution of Drugs of Abuse and Related Compounds

Notice Date
7/27/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6101 Executive Boulevard Room 260 - MSC 8402, Bethesda, MD, 20892, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N01DA-8-7763
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability of small businesses (e.g., 8(a), veteran-owned small businesses, services-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged businesses, and women-owned small businesses) having the capability to acquire and synthesize labeled and unlabeled drugs of abuse and other chemical compounds including opioid and related neuropeptides. Qualified organizations must also be able to check the stability and purity of the compounds, maintain and store the compound inventory under secure conditions, and distribute the compounds to research investigators as directed by the NIDA Project Officer. Qualified organizations must have the proper facilities, equipment and experience to complete the above-described tasks. As some of the compounds may be scheduled under the Controlled Substances Act, demonstration of proper DEA registration and adequate security is mandatory. In order to handle substances under the Controlled Substances Act of 1970, it is mandatory that offerors possess a DEA Research Registration for Schedules II to V and demonstrate the capability to obtain a DEA registration for Schedule I controlled substances. Information sent should be relevant and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous similar projects, specific experience in performing above-described tasks; (2) Personnel: Name, professional qualifications and specific experience of scientists and/or technical personnel who may be assigned as project director and other key positions; (3) Facilities: Availability and description of facilities and equipment required to conduct this type of work; (4) capability to obtain DEA registration for Schedule II-V substances and eligibility to obtain Schedule I. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to perform the above tasks. Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government?s use. Any proprietary information should be so marked. Interested organizations presenting a capability statement must provide the following: 1) company name and address; 2) point of contact, 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, and 6) capability information in response to the requirement; and 6) type of small business your organization classifies itself as. Please submit written capability statements by August 10, 2007 to the NIDA Contracting Officer.
 
Place of Performance
Address: NIDA R&D Contracts Management Branch, 6101 Executive Blvd, Rm 260, Bethesda, MD 20892, [Rockville, MD 20852 (FED-Ex/UPS/Courier Hand Delivery)]
Zip Code: 20892-8402
Country: UNITED STATES
 
Record
SN01354459-W 20070729/070727220616 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.