Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

B -- Pharmacological Assay testing - Package #1

Notice Date
6/30/2016
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-2016-476
 
Archive Date
8/4/2016
 
Point of Contact
Brian Lind, Phone: 301.827.5298
 
E-Mail Address
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Invoice Instructions T&C's FAR 52.212-5 Terms and conditions SF-18 Statement of Work 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. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-NOI-2016-476 and the solicitation is issued as an request for quote (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for the Advancement of Translational Sciences intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Eurofins Panilabs Taiwan, LTD, 158 Li Tech Road, Peitou, Taipei, Taiwan 11259, PH: 240-577-5314 (USA). This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13-Simplified Acquisitrion Procedures and the statutory authority of FAR Part 6.302-1(a)(2)(i)(A) Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-6 dated 06-30-2016.. (iv)The associated NAICS code 541380 and the small business size standard $14,000,000.00 This requirement is solicited as a sole source and is not set aside for any particular socio-econmic group. (v)NCATS is in need of fee-for-service pharmacological testing for 15 compounds to detect major potential adverse activity. Vendor is responsible for providing the following: •Providing a platform testing that allows to detect major potential adverse activity •The panel needs to consist of 87 primary molecular target that include 13 enzyme and 74 binding assays; assay list is included •Vendor must provide primary screening results within two (2) weeks of compound receipt •Screening against targets should be in duplicate and vendor shall provide results for both enzyme and binding assays •Batches will be sent in sets of 5 compounds (3 batches of 5 compounds each). Batches will be set at varying intervals based on compound performance and synthesis. (vii)Period of performance is July 1, 2016 through June 30, 2017. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (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. The following factors shall be used to evaluate offers: Technical Approach (75%) The 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. Price Competitiveness (25%) ‘Technical and past performance, when combined, are significantly more important than cost or price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. 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 responses must be received by July 20, 2016 and reference number HHS-NIH-NIDA-SSSA-NOI-2016-476. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation Mr. Brian Lind at 301-827-5298.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2016-476/listing.html)
 
Place of Performance
Address: Testing to be done at vendors facility and results sent to the National Center for the Advancement of Translational Sciences at 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04167729-W 20160702/160630235408-a479e2c55482a7011aa3b9434e9221ad (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.