SOLICITATION NOTICE
B -- NCATS Pharmacologically Active Chemical Toolbox (NPACT) commercial powder reformatting to solutions in 96-well and 384-well plates
- 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-PSOL554
- 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 Specs Chemical Services, Inc at 14900 Burbridge RD SE, Cumberland, MD 21502 for NCATS Pharmacologically Active Chemical Toolbox (NPACT) commercial powder reformatting to solutions in 96 well and 384 well plates. The solicitation number is HHS-NIH-NIDA-SSSA-2015-PSOL554 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 National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it 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 DPI Compound Management (CoMa) has been tasked with assembling the NPACT library. DPI will include these molecules in the NCATS Pharmacologically Active Chemical Toolbox (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: The purpose of this requirement is to procure testing services to solubilize 44,000 compounds in DMSO to 10mM concentration and distribute them for HTS screening to the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). Deliverables/Period of Performance: Performance period will be defined at the time of award. Contractor Requirements: Specifically, the following testing services are required: 1.) The Contractor shall solubilize each 1dram barcoded vial containing ~5mg powder (DPI will provide the vial barcode, exact weight of powder in each vial to 1 decimal point, and formula weight of each sample) to 10mM in 100% DMSO solvent. 2.) The Contractor will visually verify that the powder is completely solubilized before distribution to the destination labware. 3.) If the sample cannot be dissolved to 10mM, subsequent dilutions will be attempted at 5mM, 2.5mM, and 1.25mM before distribution to the destination labware. 4.) The Contractor will distribute up to 900uL of solution to each of 2 Matrix barcoded tubes, cap each tube with a Sepraseal cap, and place them in separate barcoded Matrix racks. 5.) The Contractor will distribute 20uL solution of each sample to a different well in a 384-well plate which will be thermally heat sealed. Deliverables/Reporting Requirements: 1.)The Contractor will deliver by overnight courier at their expense to DPI the frozen solutions in Matrix racks and 384-well plates, and electronically report to DPI in Microsoft Excel format the RackID, Well Position, Matrix barcode (if applicable to the plate type), sample ID, and sample concentration in millimolar. 2.)The Contractor will return any unused portion of consumables to DPI at the end of the project and dispose of any vials and caps that have been consumed in the solubilization process. 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-2015-479, for which there were no responses as of the closing date, June 29, 2015. Due to the importance of consistency of sample handling 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 services. Specs Chemical Services, Inc 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-PSOL554. 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-PSOL554. 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-PSOL554/listing.html)
- Record
- SN03810717-W 20150728/150726233221-a0868466d84fa8e4f12cf29c90b0d003 (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 |