SOLICITATION NOTICE
A -- FluoPPI Vectors
- Notice Date
- 1/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
- ZIP Code
- 20892-9661
- Solicitation Number
- HHSN-NIH-NIDA-RFQ-18-098
- Archive Date
- 2/16/2018
- Point of Contact
- Bruce E. Anderson, Phone: 3014021655
- E-Mail Address
-
bruce.anderson@nih.gov
(bruce.anderson@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Fluoppi vectors 1. 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. 2. The solicitation number is HHSN-NIH-NIDA-RFQ-18-077 and the solicitation is issued as a request for quotation (RFQ). 3. 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. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated 11/6/17. 5. The associated NAICS code is: 541714 - Research and Development in Biotechnology, and the small business size standard 1,000 employees. This requirement is issued under full and open competition. 6. Statement of Need NCATS/NCGC has a need to obtain Protein-protein Interaction (PPI) information via Flouppi method. NCGC has multiple ongoing and newly started projects to develop small molecules to interrupt PPI, however the projects lack a reliable cell-based assay. Fluoppi is a powerful cell-based method applicable for many uses- from hit identification to lead optimization phases in the drug discovery process. 7. Background Information and Objective : The mission of the NCGC is to bridge the gap between basic researchers studying the pathology of various diseases and the realm of high-throughput screening, allowing for the discovery and development of novel small molecule probes with activity against these same disease states. As part of this mission, our institute performs biochemical and biophysical assays on protein-protein-interactions (PPIs) involved in various diseases. Even successful PPI modulators are discovered by cell free methods - its penetration into the living cell is often hampered by the plasma membrane. Moreover, current fluorescence-based technologies to measure PPIs in cells have limited dynamic range and quantitative reproducibility. The goal is to bridge this gap currently missing in assay portfolio. 8. Purchase Description : Using fluorescent based technology detecting Protein-Protein Interaction visualization (FluoPPI), provide a Vector Set to determine best candidate pairs for Protein-Protein Interactions (PPI) for hit identification and lead optimization phases. 9. Salient characteristics/requirements : • Provide one (1) set of 10ug each of vectors of C- and N- terminal tagged target pairs. • The expression profile of eight pairs of the plasmids shall be transiently transfected into HEK293 cells • If the best workable pairs are obtained by the above expression profile, they shall be validated by either chemical compound provided by NIH or competition assay. 10. Delivery : Within 60 days ARO 11. FAR Clauses a. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. b. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. c. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. d. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, as implemented with the following selected clauses: (1) 52.203-19-Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113‐235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)) (January 2017) (2) 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations (November 2015) (3) 52.233-3 - Protest After Award (31 U.S.C. 3553) (August 1996) (4) 52.233-4 - Applicable Law for Breach of Contract Claim (Public Laws 108‐77 and 108‐78 (19 U.S.C. 3805 note)) October 2004 ________________________________________ (5) 52.204-10 - Reporting Executive Compensation and First‐Tier Subcontract Awards (Pub. L. 109‐282) (31 U.S.C. 6101 note) October 2016 (6) 52.219-6 - Notice of Total Small Business Set‐Aside (15 U.S.C. 644) November 2011 (7) 52.219-28 - Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)) July 2013 (8) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). (10) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (11) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (12) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (13) 52.222-50: Combating Trafficking in Persons (22 U.S.C. chapter 78 and E.O. 13627) March 2015 (14) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). (15) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). Alternate I (MAY 2014) (16) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (17) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). July 2013 12. Source Selection 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: (i) technical capability of the item offered to meet the Government requirement; (ii) 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. 13. Responses/Quotations (as applicable) a. The Offerors should include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. b. 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: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. c. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. d. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service and their small business size status. e. 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 (ass applicable): 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. f. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. g. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 14. Due Date/Time/Point of Contact a. Due Date/Time February 1, 2018, 5pm Eastern Standard Time (In the quote, reference number HHSN-NIH-NIDA-RFQ-18-077) b. Submit to: Responses should be submitted electronically to Bruce.anderson@nih.gov. Fax responses will not be accepted. c. Contact for information/questions: Bruce E. Anderson, Contract Specialist, at bruce.anderson@nih.gov; V (301) 402-1655
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHSN-NIH-NIDA-RFQ-18-098/listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04792911-W 20180120/180118231109-0d358077d88473bdef3aedc6cac2aa18 (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 |