Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

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

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
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)-2015-CSS-296
 
Archive Date
5/30/2015
 
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 Combined Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA(SSSA)-2015-CSS-296 and the solicitation is issued as an request for quotation (RFQ). Competition Status: This requirement is posted as unrestricted. North American Industry Classification System (NAICS) Code: The intended procurement classified under NAICS code 325199 with a Size Standard of 1000 Employees. 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-80, dated March 2, 2015. Description of Requirement: Purpose: The purpose of this requirement, for the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI), is the acquisition of five (5) milligrams (mg) of 819 medically relevant, novel small molecules to be included in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) small molecule collection. Project Requirements: The compounds must already exist in the Contractor's catalog to ensure that the compounds are readily available. The specific requirements are as follows: 1.The Contractor must be able to provide the NCATS DPI with 5 mg each of at least 95% of the small molecules listed in the attached Excel document titled "Required Small Molecules List." 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" as no CAS numbers or MFCD numbers can be provided for these types of compounds. 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: 9800 Medical Center Drive Rockville, Maryland 20850 Contract Type: The Government intends to issue a firm fixed price purchase order for this requirement. Applicable Clauses and Provisions: All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. The FAR clause is located at http://www.acquisition.gov/far/. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Award Criterion: Will be lowest price technically acceptable. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Response Format: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement. The price quote shall include: unit price, list price, shipping and handling costs, the delivery period after contract award, delivery terms, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, product or catalog numbers, product description and other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All questions must be received by May 12, 2015 at 12:00PM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-296. Responses may be submitted electronically to Samantha Kelly, Contract Specialist at samantha.kelly2@nih.gov. All responses must be received by May 15, 2015 at 12:00PM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-296. Responses may be submitted electronically to Samantha Kelly, Contract Specialist at samantha.kelly2@nih.gov. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-2015-CSS-296/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland 20850, United States
Zip Code: 20850
 
Record
SN03724056-W 20150509/150507235346-1e8bb4f1df693ff9de558244d3c942c8 (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  © 1994-2020, Loren Data Corp.