SOLICITATION NOTICE
B -- Testing Services to Triage Small Molecule 1DH1 inhibitors.
- Notice Date
- 7/26/2015
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- 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-PSOL553
- Archive Date
- 8/18/2015
- 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
- INTRODUCTION: THIS IS A PRE-SOLICIATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPOSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Services (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Beryllium Discovery Corporation at 7869 NE Day RD, STE 206, Bainbridge Island, WA 98110 for testing services to triage small molecule 1DH1 inhibitors and to obtain Surface Plasmon Resonance (SPR) against small molecules that were synthesized at NCATS. The solicitation number is HHS-NIH-NIDA-SSSA-2015-PSOL553 and the solicitation is issued as a pre-solicitation notice of intent to award on a sole-source basis. NORTH AERMICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement is classified under NAICS code 541380 with a Size Standard of $15 million. REGULATORY AUTHORITY: The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-83, dated July 2, 2015. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. STATUTORY AUTHORITY: This acquisition is conducted under the authority of 41 U.S.C 3304(a)(1) under provisions of the statutory authority of FAR Subpart 6.302-1(a)(2)(i)(A)- Only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT: Background: The NCATS Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. A In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules for application against a wide range of human diseases. A continuation of testing services that will allow for Kds determinations that use the mutant 1DH1 proteins is required. Purpose and Objectives: The purpose of this acquisition is to procure testing services for thirty (30) 1DH1 inhibitors (R132H and R132C in two (2) batches of 15) Ligand Binding Studies using a Surface Plasmon Resonance (SPR) method against small molecules that were synthesized at NCATS. Deliverables/Period of Performance: Period of Performance will be defined at the time of award. Contractor Requirements: NCATS has developed inhibitors for the IDH1 mutant enzyme and needs to ascertain full binding characterization of 10 ligands via Surface Plasmon Resonance (SPR) tests. Vendor is responsible for delivering ka, kd and Kd for each small molecule sent by NCATS using an SPR method in the presence of NADPH. Specifically, the following testing services are required: 1.A minimum batch of 15 ligands is required prior to screening. NCATS can provide 1-2 mg per compound in powder form or 50 µL at 10 mM in 100% DMSO. 2.Vendor shall use IDH1 R132H and R132C as produced by Beryllium for these binding studies to allow for consistent use of mutant protein. 3.Protein shall be immobilized via NiNTA coupling. 4.Binding will be measured in the presence of NADPH. 5.Vendor shall provide a full report following the SPR analysis of each subsequent batch of compounds. 6.Vendor shall provide team that contains PhD level scientist with experience with IDH1 specifically 7.Required to finish studies within six months of receiving materials from NCATS 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 as prescribed in FAR Part 10-Market Research, specifically the review and evaluation of the responses to the sources sought notice published in the FedBizOpps on June 19, 2015, synopsis number HHS-NIH-NIDA-SSSA-SBSS-2015-478, for which there were no responses as of the closing date, June 29, 2015. Due to the importance of consistency of the results and data as well as the protocols and procedures that have been developed; there are no other sources besides the proposed Contractor that can provide the requested testing services. Therefore, Beryllium Discovery Corporation is the intended source for this award. 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. Responses to this notice shall contain sufficient information to include ability to meet each of the project requirements, for which the party is able to provide, 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 Dun & Bradstreet Number (DUNS), 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." 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. 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. All questions must be received by July 15, 2015 at 8:00AM and must reference number HHS-NIH-NIDA-SSSA-2015-PSOL553. Responses may be submitted electronically to Samantha Kelly at Samantha.Kelly2@nih.gov. All responses must be received by July 22, 2015 at 8:00AM and must reference number HHS-NIH-NIDA-SSSA-2015-PSOL553. Responses may be submitted electronically to Samantha Kelly at Samantha.Kelly2@nih.gov. Fax responses will not be accepted. "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-PSOL553/listing.html)
- Record
- SN03810716-W 20150728/150726233220-54bbda3a0857be3b8e41016f538e53ab (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 |