Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOURCES SOUGHT

68 -- Chemical Library of 62 Compounds

Notice Date
5/16/2017
 
Notice Type
Sources Sought
 
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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-376
 
Archive Date
6/8/2017
 
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
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-376 2.Title: Chemical Library of 62 Compounds 3.Classification Code: 68 4.NAICS Code: 325998 5.Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources both large and small to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Center for Advancing Translational Sciences (NCATS) works 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. Small molecule screening is often the starting point in NCATS structure-activity relationship (SAR) design efforts towards synthesizing novel compounds that have more desirable properties. A diverse and novel screening collection library is imperative for translational sciences to obtain effective small molecules with on-target effects. Purpose and Objectives: The purpose of this acquisition is procurement of a chemical library inclusive of sixty-two (62) identified small molecules. The chemical library shall be added to existing NCATS small molecule screening libraries. Project requirements: The Government requires delivery of a chemical library inclusive of sixty-two (62) identified small molecules with purity of >=95%. Samples may be provided in liquid or powder form and shall be delivered in barcoded vials. Please see below the list of required chemicals. In addition to provision of the required small molecules, the Government also requires the following electronic information for each required chemical compound: •Chemical Structure •Supplier Catalog Number •Compound Name •CAS ID •Molecule Weight •Simplified Molecular-Input Line-Entry System (SMILES) or equivalent chemical structure information •Accurate Weight of Compound Shipped measured to 1 decimal point in milligrams List of Required Chemicals Bethanidine Sulfate Pirlimycin Hydrochloride Laninamivir Octanoate Butropium Bromide rac Alminoprofen Avilamycin Befunolol Butobarbital Cefacetrile Dexamethasone 21-Palmitate Echothiophate Iodide Fenproporex Hydrochloride Gestonorone Hydroxocobalamin Lodoxamide Diethyl Ester Meperidine Hydrochloride Mepitiostane (Contains ~15% 3α,4α-Epithio isomer) Paliperidone Palmitate Polaprezinc Predocol Simethicone Zolazepam Hydrochloride Zuclopenthixol (-)-10-Camphorsulfonic Acid Salt Aprobarbital Carfentanil Hydromorphone Hydrochloride Lormetazepam Nabilone Oxymorphone Pholcodine Pipradrol Hydrochloride Sevelamer Hydrochloride (Technical Grade) 21-Deoxyprednisolone Budralazine Candicidin Gemeprost Digitoxin 3'''-Acetate Doxacurium Chloride (Mixture of Diastereomers) Drotebanol Miproxifene Tri(4-phenylbutyryl)glycerol Zuclopenthixol Decanoate Dipipanone Hydrochloride Butabarbital Difenoxin Flutoprazepam Selepam Merethoxylline Procaine Trichloroethyl Phosphate Cyclohexylamine Cimicoxib Ethinamate Indisetron Carpipramine Dihydrochloride Cephaloglycin Arbutamine Oxitropium Bromide Pyrethrin 1 Halazepam Methohexital Cycrimine Hydrochloride Mebezonium Iodide Repirinast Anticipated period of performance: Delivery of compounds and associated information must be completed within six (6) weeks after contractor receipt of order. Delivery shall be made to Rockville, MD 20850. Electronic information associated with the compounds shall be delivered via email. Capability statement /information sought. Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Responses shall include a capabilities statement and the following information: •information regarding respondents': (a) access to chemical compounds; (b) understanding of chemical structure and weight documentation; and (c) ability to provide timely delivery; •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be submitted electronically in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to three (3) pages. The 3-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Ms. Lauren Phelps at e-mail address lauren.phelps@nih.gov. The response must be received on or before the closing date and time of this announcement. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-17-376/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04511211-W 20170518/170516235319-01585e52befe40d291504bcf9f1157ca (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.