Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

99 -- Chemical Library of 335 Compounds - Combined Synopsis Solicitation 4632425

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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-17-749
 
Archive Date
10/4/2017
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385
 
E-Mail Address
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation 4632425 - Chemical Library of 335 Compounds Combined Synopsis Solicitation - COMPETITIVE Title: Chemical Library of 335 Compounds Solicitation Number: HHS-NIH-NIDA-SSSA-CSS-17-749 (i)This is a request for quotation for commercial items prepared in accordance with the format in Subpart 8.4 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-CSS-17-749 and the solicitation is issued as a 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) Subpart 8.4 - Federal Supply Schedule (FSS) 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. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 95, dated January 19, 2017. (iv)The associated NAICS code 541990 - All Other Professional, Scientific, and Technical Services and the small business size standard is $15.0 Million. (v)Salient characteristics (brand name or equal): Vendor is responsible for providing the following: •The Contractor must be able to provide the NCATS DPI with all 335 compounds at 5mg each. •Each small molecule must be guaranteed to have a purity of >90% (accuracy +/-5%) that is to be confirmed by NMR and/or LCMS spectra •Samples will be dispensed into NCATS's tared, barcoded 4mL glass vials which NCATS will provide within 1 week after award is made. •In addition to the molecules themselves, the Contractor must be able to provide the following electronic information for each required molecule: the amount dispensed to each vial reported to 1 decimal point (eg 4.9mg, 5.0mg, 5.2mg) and the vial's barcode associated to your sample's catalog number, SMILES, CAS, and name in either an Excel file or SDF This information shall be provided via email referencing individual compound vial barcodes to NCATS. •The contractor must provide for shipping and handling to send small molecules in the provided vials to the NCATS. •Samples will be delivered as 5mg in barcoded tubes provided by NCATS. Quantity: One (1) library of 335 compounds (vii)Delivery Schedule: Within four (4) weeks after receipt of tubes from the NACTS (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: (1) Technical Approach; (2) Price Competitiveness; (3) and Past Performance. (b)Technical approach is significantly more important than cost or price. (c)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). (d)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. FAR clauses at 52.209-10, 52.233-3, and 52.233-4, Prohibition on Contracting with Inverted Domestic Corporations, Protest After Award, and Applicable Law for Breach of Contract Claim, respectively, apply to this acquisition. (xiii)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)QUESTION & ANSWER PERIOD Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Danielle R. Brown, via email at danielle.brown2@nih.gov by or before Monday, August 18, 2017 at 12PM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via RFQ modification. Should no questions be received, no amendment shall be posted. (xv)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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 Tuesday, September 19, 2017 at 12PM, Eastern Standard Time, and reference number HHS-NIH-NIDA-SSSA-CSS-17-749. Responses may be submitted electronically to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. Fax responses will not be accepted. (xvi)Please contact Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov or (301) 594-1928 with any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-749/listing.html)
 
Place of Performance
Address: 9800 Medical Drive Building B, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04673739-W 20170914/170912232604-19bc88be227609c4b7351dbfbb41e702 (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  © 1994-2020, Loren Data Corp.