Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

68 -- Reagents for Small Molecule and siRNA Screening - Copy of the Solicitation

Notice Date
7/22/2016
 
Notice Type
Presolicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
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-16-499
 
Archive Date
8/20/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Copy of the Solicitation in PDF Reagents for Small Molecule and siRNA Screening HHS-NIH-NIDA-SSSA-NOI-16-499 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 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 Advancing Translational Science (NCATS) intends to negotiate and award a contract to Promega Corporation, located at 2800 Woods Hollow Road, Madison, Wisconsin 53711, without providing for full and open competition. The award shall be for reagent kits for high-throughput screening. REGULATORY & STATUTORY 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- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated July 14, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 325998 with size standard of 500 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1. 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. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is based upon the market research conducted as prescribed in FAR Part 10--Market Research. Specifically the results of market research concluded that only Promega Corporation is capable of meeting the needs of this requirement to ensure continuity of science. Specifically, NCATS research protocols for small molecule screening were developed using Promega Corporation reagents which are proprietary to this company. Research protocol variables must remain exactly the same to ensure continuity of science; should any variables be changed, data standardization is jeopardized and research results may be skewed. This would invalidate years of NCATS research. Promega Corporation does not authorize any other company to sell its proprietary reagents. Accordingly, only Promega Corporation is capable of meeting the needs of this requirement. DESCRIPTION OF REQUIREMENT Background The National Center for Advancing Translational Sciences (NCATS) applies the tools of small molecule screening and discovery to the development of chemical probe research tools for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. Many of the protocols run by the NCATS laboratories utilize Promega Corporation reagents in their ongoing assays and NCATS wishes to consolidate these Promega reagent purchases. Purpose and Objectives The purpose of this acquisition is procurement of reagent kits for high-throughput screening done throughout the NCAT's various labs. To ensure continuity of science, this is a sole source effort as the screening protocols requiring reagent kits were designed with Promega Corporation reagents. Project Description The Contractor shall provide the following Promega Corporation reagents: Group One - Delivery within 3 months from award date Item # Quantity Product Description G8462 20 CellTiter-Glo(R) One Solution Assay, 500ml G6082 50 CellTiter-Fluor(TM) Cell Viability Assay, 2 x 50ml G9713 10 RealTime-Glo(TM) MT Cell Viability Assay, 1000 RXN G8731 10 CellTox(TM) Green Express Cytotoxicity Assay G9682 3 CellTiter-Glo(R) 3D Cell Viability Assay, 10 x 10ml Item # Quantity Product Description G8462 40 CellTiter-Glo(R) One Solution Assay, 500ml G8092 4 Caspase-Glo(R) 3/7 Assay, 100ml Item # Quantity Product Description G8462 30 CellTiter-Glo(R) One Solution Assay, 500ml E6130 5 ONE-Glo(TM) Luciferase Assay System, 1L Item # Quantity Product Description G7573 3 CellTiter-Glo(R) Luminescent Cell Viability, 10 x 100ml G8232 5 BacTiter-Glo(TM) Microbial Cell Viability Assay, 100ml V3774 1 Kinase-Glo(R) Plus Luminescent Kinase Assay 10 x 100ml Item # Quantity Product Description E6130 2 ONE-Glo(TM) Luciferase Assay System, 1L E6120 10 ONE-Glo(TM) Luciferase Assay System, 100ml G8233 3 BacTiter-Glo(TM) Microbial Cell Viability Assay, 10x100ml G8092 10 Caspase-Glo(R) 3/7 Assay, 100ml G8462 2 CellTiter-Glo(R) One Solution Assay, 500ml Item # Quantity Product Description G7573 1 CellTiter-Glo(R) Luminescent Cell Viability, 10 x 100ml AX1500 2 Nano-Glo(R) Dual-Luciferase(R) Reporter Assay System, Custom N1150 1 Nano-Glo(R) Luciferase Assay,10x100ml G7573 1 CellTiter-Glo(R) Luminescent Cell Viability, 10 x 100ml AX1500 8 Nano-Glo(R) Dual-Luciferase(R) Reporter Assay System, Custom G7573 1 CellTiter-Glo(R) Luminescent Cell Viability, 10 x 100ml Group Two - Delivery within 6 months from award date Item # Quantity Product Description G8462 80 CellTiter-Glo(R) One Solution Assay, 500ml V9103 1 ADP-Glo(TM) Kinase Assay, 100,000 Assays Group Three - Delivery within 9 months from award date Item # Quantity Product Description G8462 20 CellTiter-Glo(R) One Solution Assay, 500ml The contractor shall provide for any shipping and handling associated with delivering these reagents. Each delivery, together with any associated shipping and handling for the particular delivery, shall be quoted as a separate line item. Delivery/Period of Performance: The anticipated contract period of performance is nine (9) months from date of award. The contractor shall deliver each reagent group based on the dates indicated for each group detailed in the Project Requirements section of this statement of need. Delivery must be FOB Destination. The reagents shall be delivered between the hours of 8:00am and 5:00pm, Rockville, MD local prevailing time, Monday through Friday. Place of Performance: All required reagent groups shall be delivered to Mr. Sam Michael c/o Ms. Carleen Klump-Thomas at NIH/NCATS; Building B; Room 1024, 9800 Medical Center Drive; Rockville, MD 20850. Contract Type: A firm fixed price contract is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). RESPONSE INSTRUCTIONS 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; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1.Technical Capability: The contractor shall detail in a technical proposal how its proposed reagents meet each of the project requirements. The proposal shall be evaluated for the ways it meets or exceeds the requirements detailed in this statement of need. 2.Delivery: The contractor shall detail in a technical proposal how it shall meet the delivery requirements. The Government shall evaluate for ability to meet or exceed the requirements detailed in this statement of need (delivery of each reagent group within the time frame indicated in this statement of need). Proposals must include a delivery lead-time for each required reagent group. 3.Past Performance: The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the reagent provision, delivery, and installation requirements outlined in this statement of need. Experience shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Total Contract Value c.Description of Requirement d.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5.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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-16-499. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-499/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04193360-W 20160724/160722234749-8e8649658e4ec8155b83c2a42834f1e1 (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.