SOLICITATION NOTICE
68 -- Chemical Library 149 Compounds - Attachment #1
- Notice Date
- 6/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- 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, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2017-357
- Archive Date
- 7/12/2017
- Point of Contact
- Stacey M Polk, Phone: 3
- E-Mail Address
-
spolk@nida.nih.gov
(spolk@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Required Small Molecules List 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-357 and the solicitation is issued as request for quotation (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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95 / 01-19-2017. The associated NAICS code 325412 and the small business size standard 1250 employees. This requirement is full and open, unrestricted. The purpose of this project is to obtain a chemical library containing 149 compounds for The National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation's (DPI) Nutraceutical and process impurities reference standard containing medically relevant, novel small molecules. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. 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. Screening is often the starting point in our development and a wealth of knowledge is obtained from screening a diverse collection. It provides the starting point of all information for medicinal chemistry's structure-activity relationship (SAR) design to synthesize novel compounds that have more desirable properties. A diverse and novel screening collection provides the backbone of our operation and is imperative for translation sciences to obtain effective small molecules with on-target effects. These small molecules have been designed around analysis of available chemical and biological information, identification of key pathways modules/targets, computational and "wet biology" assessment of target druggability and potential binding domains. The resulting information is analyzed by synthetic and medicinal chemistry teams in order to bring new chemical diversity and to design unique scaffolds that are likely to interact with the designated targets yielding focused compound libraries. Having such small molecules will make a huge impact in our screening against the variety of targets that NCATS works on and will also help tremendously in bioinformatics analysis which will allow a more thorough and effective SAR expansion by the medicinal chemist. Contractor Requirements: The Contractor shall provide Compound Library consisting of 149 compounds for Nutraceutical research. (See attached Excel files for a complete list of needed compounds) Salient characteristics: Specifically, the NCATS DPI requires the following: •The Contractor shall be able to provide the NCATS DPI with ALL of the small molecules listed in the attached Excel documents labeled Attachment #1, titled "Required Small Molecules List", in the exact units of measure shown on these lists. •PLEASE NOTE: Molecules shall be provided to the NCATS in tared barcoded vials that shall be provided to the successful Contractor by NCATS at time of award. •In addition to the molecules themselves, the Contractor shall be able to provide the following electronic information for each required molecule: chemical structure, compound name, molecular weight, simplified molecular-input line-entry system (SMILES) or equivalent chemical structure information, accurate weight of amount of compound shipped. This information shall be provided via email referencing individual compound vial barcodes. •The Contractor shall provide for shipping and handling to send small molecules in the provided vials to the NCATS. GOVERNMENT RESPONSIBILITIES Government will provide barcoded vials to the successful Contractor. DELIVERY OR DELIVERABLES In addition to the compounds, Contractor will provide electronic information for each required molecule: chemical structure, compound name, molecular weight, simplified molecular-input line-entry system (SMILES) or equivalent chemical structure information, accurate weight of amount of compound shipped. (This information shall be provided via email referencing individual compound vial barcodes.) Period of Performance: Delivery within 10 weeks after receipt of Government provided material. Delivery to: National Institutes of Health 9800 Medical Center Drive Building B Rockville, MD 20850 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 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 lowest price technically acceptable (LPTA) offer. To be technically acceptable, the offer must satisfy the salient characteristics listed in this solicitation.. (b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)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. The Offeror is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contractor shall comply with the following FAR clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sept 2016). 52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act-Alternate III (May 2014) 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate-Alternate III (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). 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. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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, Origin, etc), 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. 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 the due date specified in this solicitation and reference number HHS-NIH-NIDA-SSSA-CSS-2017-357. Responses may be submitted electronically to Stacey Polk, spolk@nida.nih.gov. Fax responses will not be accepted. Request for additional information may be sent to Stacey Polk, spolk@nida.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2017-357/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04554528-W 20170624/170622235209-ca63461c15732734af6a9c8a5d754f04 (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 |