Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

D -- Toxicity Pathways Database and Toxicity Assays Database - Statement of Work

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-FY14-658
 
Archive Date
9/18/2014
 
Point of Contact
Shaun C. Miles, Phone: 3014515042
 
E-Mail Address
shaun.miles@nih.gov
(shaun.miles@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work - SOW - Toxicity Pathway and Toxicity Assay Pathways Databases to Assess Small Molecules INTRODUCTION: 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-FY14-658 and the solicitation is issued as a request for quotation (RFQ). CONTRACTING OFFICE: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892. Point of Contact: Shaun Miles, Contract Specialist, Telephone: 301-451-5042, Email: Shaun.Miles@nih.gov ACQUISITION AUTHORITY: 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76, dated August 25, 2014. SMALL BUSINESS SET ASIDE STATUS This combined synopsis/solicitation NOT is set aside for small businesses. The associated NAICS code is 518210 - DATA PROCESSING, HOSTING, AND RELATED SERVICES and the small business size standard is $32.5 Million. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE AND FULL TEXT: The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (DEC 2012) 52.233-4 Applicable Law for Breach of Contract Claim 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 this/these address(es): FAR Clauses: http://acquisition.gov/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 this/these address(es): FAR Clauses: http://acquisition.gov/far/ BACKGROUND INFORMATION The mission of the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) 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 routinely identifies small molecules through high-throughput screening and as part of their process NCATS assesses whether the small molecules have cytotoxic effects by using a simple luminescent read-out to measure adenosine triphosphate (ATP) content. In order to achieve a complete understanding of available toxicity pathways and toxicity assays, NCATS needs to assess small molecules in comprehensive and well annotated databases. The purpose of this potential acquisition is to utilize both a toxicity pathways database and a toxicity assays database that will be needed to further characterize NCATS already available data and any future data while continuing to foster NCATS role as an expert in toxicology. PROJECT REQUIREMENTS Please see attached statement of work with the file name "SOW - Toxicity Pathway and Toxicity Assay Pathways Databases to Assess Small Molecules." EVALUATION CRITERIA The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is lowest price and technically acceptable. A firm fixed price purchase order is anticipated. Price will be evaluated in accordance with FAR 13.106-3(a). RESPONSE REQUIREMENTS: 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: 1. Unit price 2. List Price 3. Product Description 4. Shipping and Handling Costs (If Applicable and Quoted as a separate line item) 5. The delivery period after contract award 6. Contractor Dun & Bradstreet Number (DUNS) 7. Contractor Taxpayer Identification Number (TIN) 8. Contractor Point of Contact Information All quotes must be received by 9/3/2014 at 11 AM EST and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-FY14-658. Responses must be submitted electronically to Shaun Miles at Shaun.Miles@nih.gov. Only electronic email submissions shall be accepted. Fax responses will not be accepted. For information regarding this solicitation, please contact Shaun Miles via telephone at 301-451-5042 or via email at Shaun.Miles@nih.gov. Price quotes will be due on the solicitation closing date and must be held for 90 days. Contractors responding to this solicitation are advised that, prior to award, the Government may request Contractors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Small business certification must be included in the contractor's SAM profile if the contractor is quoting as a small business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-FY14-658/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03488254-W 20140830/140829023550-e6d5b299e6f898b398755f6beaef505c (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.