Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2015 FBO #4877
SOURCES SOUGHT

68 -- Small Molecules for NCATS Pharmacologically Active Chemical Toolbox (NPACT) - Required Small Molecules List for requirement 1

Notice Date
3/31/2015
 
Notice Type
Sources Sought
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-15-246
 
Archive Date
4/24/2015
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Required Small Molecules List for Requirement 7 Required Small Molecules List for Requirement 6 Required Small Molecules List for Requirement 5 Required Small Molecules List for Requirement 3 Required Small Molecules List for Requirement 2 Required Small Molecules List for Requirement 1 SOURCES SOUGHT NOTICE 1.Solicitation Number:HHS-NIH-NIDA-SSSA-SBSS-15-246 2.Title: Small Molecules for NCATS Pharmacologically Active Chemical Toolbox (NPACT) 3.Classification Code: 68- Chemicals & Chemical Products 4.NAICS Code: 325199- Chemical Manufacturing-All Other Basic Organic Chemical Manufacturing 5.Description: Medically relevant, novel small molecules to be included in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Center for Advancing Translational Services (NCATS) Division of Preclinical Innovation (DPI) requires medically relevant, small molecules to be included in the NPACT small molecule collection. NPACT aims to broadly cover all biological mechanisms known in literature or patents and provides information access for NCATS investigators to accelerate their research. Purpose and Objectives: 1.Acquisition of five (5) milligrams (mg) of 45 medically relevant, novel small molecules to be included in the NPACT small molecule collection. 5mg each of 45 particular molecules are required, at this time, and high purity of molecules is imperative. 2.Acquisition of five (5) milligrams (mg) of 135 medically relevant, novel small molecules to be included in the NPACT small molecule collection. 5mg each of 1,127 particular molecules are required, at this time, and high purity of molecules is imperative. 3.Acquisition of five (5) milligrams (mg) of 815 medically relevant, novel small molecules to be included in the NPACT small molecule collection. 5mg each of 1,947 particular molecules are required, at this time, and high purity of molecules is imperative. 4.Acquisition of five (5) milligrams (mg) of 2,712 medically relevant, novel small molecules to be included in the NPACT small molecule collection. 5mg each of 2,712 particular molecules are required, at this time, and high purity of molecules is imperative. 5.Acquisition of five (5) milligrams (mg) of 1,127 medically relevant, novel small molecules to be included in the NPACT small molecule collection. 5mg each of 1,127 particular molecules are required, at this time, and high purity of molecules is imperative. 6.Acquisition of five (5) milligrams (mg) of 3,819 medically relevant, novel small molecules to be included in the NPACT small molecule collection. 5mg each of 3,819 particular molecules are required, at this time, and high purity of molecules is imperative. 7.Acquisition of five (5) milligrams (mg) of 1,198 medically relevant, novel small molecules to be included in the NPACT small molecule collection. 5mg each of 1,198 particular molecules are required, at this time, and high purity of molecules is imperative. Project requirements: The specific requirements are as follows: 1. a. The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% (45) of the small molecules listed in the attached Excel document titled "Required Small Molecules List (1)." b. The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% (135) of the small molecules listed in the attached Excel document titled "Required Small Molecules List (2)." c. The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% (815) of the small molecules listed in the attached Excel document titled "Required Small Molecules List (3)." d. The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% (2,712) of the small molecules listed in the attached Excel document titled "Required Small Molecules List (4)." e. The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% (1,127) of the small molecules listed in the attached Excel document titled "Required Small Molecules List (5)." Please note due to the nature of natural products, the list includes their IUPAC, a chemical nomenclature generated based on the rules set forth by the "International Union of Pure and Applied Chemistry". f. The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% (3,819) of the small molecules listed in the attached Excel document titled "Required Small Molecules List (6)." g. The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% (1,198) of the small molecules listed in the attached Excel document titled "Required Small Molecules List (7)." 2.Each molecule provided must be guaranteed to be 80% pure or better. 3.PLEASE NOTE: Molecules shall be provided to the NCATS in barcoded vials that shall be provided to the successful Contractor by the NCATS at time of award. 4.In addition to the molecules themselves, the Contractor must be able to provide the following electronic information for each required molecule: chemical structure, compound name, molecular weight, simplified molecular-input line-entry system (SMILES) or equivalent chemical structure information, accurate weight of amount of compound shipped. This information shall be provided via email referencing individual compound vial barcodes. 5.The contractor must provide for shipping and handling to send small molecules in the provided vials to the NCATS. Anticipated period of performance: Compounds and associated information must be delivered within two (2) months following Contractor receipt of the barcoded vials provided by NCATS. Place of Performance: Delivery of compounds and associated information shall be made to: 9800 Medical Center Drive Rockville, Maryland 20850 Capability statement /information sought: Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical Address, Point of Contact, and Size and Type of Business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Samantha Kelly, Contract Specialist at e-mail address Samantha.Kelly2@nih.gov The response must be received on or before April 9, 2015 at 12:00PM, eastern time. "Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-15-246/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland 20850, United States
Zip Code: 20850
 
Record
SN03684124-W 20150402/150331234905-f11f1a03c25b947e8343b9857d7abe0d (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.