Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

B -- Bioanalysis Testing Services - List of Cell Panel

Notice Date
9/17/2015
 
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-PSOL884
 
Archive Date
10/8/2015
 
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
List of Cell Panel Bioanalysis Testing Services HHS-NIH-NIDA-SSSA-2015-PSOL884 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-2015-PSOL884 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to OncoLead GmbH & Co. KG at Zugspitzstre. 5 Karlsfeld, Bayern, Germany 85757. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is 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. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that for the purposes of continuity of science and the fact that testing labs tend to specialize in specific testing procedures, no other source of supply has the ability to provide testing services for the viability assays with an incubation time of 72 hours for the cells. OncoLead GmbH is the only testing agency that can provide the results within the guidelines set forth and approved by the investigators, without invalidating the current on-going experiments for cancer targets. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84, dated September 3, 2015. The associated NAICS code for this requirement is 541380, with a size standard $15 Million. The National Center for Advancing Translational Sciences (NCATS) 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. As such, discovering probe molecules that could serve as starting points for therapeutics in cancer is of great interest within NCATS. NCATS is in need of analytical testing services that support current on-going projects. NCATS requires the profiling of 60 small molecules against a panel of 94 representative cancer cell lines and requires the following parameters: 1. Vendor shall provide a panel of over 94 representative cancer cell lines and test the compounds against the panel. 2. Vendor shall test the compounds in 6 concentrations at a 10-fold dilution. 3. Vendor shall also test small molecules against 12 hematological cell lines to further determine the specificity of the compound's action. 4. NCATS provided list "List of Cell Panel", vendor shall have access to at least 95% of cell lines and provide documentation which cell lines are available when submitting proposal. 5. Vendor shall allow for 72 hour incubation of compound treatment and measure proliferation through protein staining. 6. Vendor shall deliver the following results within 4 weeks after initiation of study: raw data reported as growth inhibition, dose response curves, EC50 and Amax, GI50 (with 95% confidence interval), GI10, GI90 as well as TGI, LC50 (if measured), IC50, IC10 and IC90, waterfall GI50 activity diagram, Z-score normalized activity graph, group of agent activity to tumor origin, and linkage activity profile of agents to genetic background of the cell lines. The subject matter contractor is the only source of service that can provide the testing services with these characteristics, to include a 72 hour incubation period and a large panel of 94 cell lines, which is in line with viability assays carried out during the on-going cancer projects at NCATS. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. 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: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any 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. The following FAR provisions shall apply to this solicitation: 1. The Clause at 52.212-1, Instructions to Offerors--Commercial Items 2. The Clause at 52.212-2, Evaluation--Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, to include past performance. The technical factors together shall be considered more important than price. The Government intends to issue an award on a firm fixed price contract for this requirement. The technical evaluation factors are as follows, in order of importance: i.Technical Approach (70%) oThe Contractor shall demonstrate their understanding of the requirements and tasks detailed in the scope of work and their technical approach to perform the required tasks outlined. oThe Contractor shall outline cell lines available for study. oThe Contractor shall provide incubation time for study. oThe Contractor shall detail parameters to be reported in final study. oThe Contractor shall provide timeline of when report can be expected. ii.Delivery (25%) oOfferor shall detail in its technical proposal how it shall meet delivery requirements. The Government shall particularly evaluate ability to meet or exceed delivery schedule requirements. Proposals must include a delivery time. iii.Corporate Experience (5%) oThe Offeror shall identify two (2) contracts completed in the past five years, similar in size and scope to the requirements outlined in this notice, and for which the Offeror was the prime contractor. The following information must be provided for each contract identified: Name of contracting organization Contract number Contract type Total contract value Description of the requirement Narrative of specific responsibilities of the offeror as they relate to this notice. (b) Award Criteria Selection of an Offeror for the award will be on the basis of best value, technical factors and price considered. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this notice and all applicable attachments. The merits of each proposal will be evaluated carefully. Offerors must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal and must also include delivery lead time. Offerors cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. A redacted invoice, from the current year, for similar requirements or a published price list is requested to determine price reasonableness. The prices quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. 3. The Clause at 52.212-3, Offeror Representations and Certifications Commercial Items. Offerors must include a completed copy of the provision at 52.212-3, with their offer. 4. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items. 5. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by September 23, 2015 at 8:00AM, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-2015-PSOL884. Responses may be submitted electronically to Samantha Kelly at Samantha.Kelly2@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2015-PSOL884/listing.html)
 
Record
SN03892401-W 20150919/150918000849-46be47aab34eba508fddc9d7d2f6b11f (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.