Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

Q -- Small Molecule Target Deconvolution via radiolabelled small molecule-cellular protein interactions

Notice Date
12/11/2019 12:09:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95019Q00007
 
Response Due
12/17/2019 1:00:00 PM
 
Archive Date
01/01/2020
 
Point of Contact
Hunter Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Description
(i) 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. (ii) The solicitation number is 75N95019Q00007 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis. 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—Test Program for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items. This acquisition is NOT expected to exceed the simplified acquisition threshold of $250,000.00. A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2020-01/11-12-2019.(iv) The North American Industry Classification System (NAICS) code for this procurement is 541380-Testing Laboratories with size standard $15 million. This requirement is released with no set-aside restriction. (v) This requirement is for the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH). The 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 translational science center that prides itself on its tremendously productive pipeline and is innovative in a number of ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, in order to ultimately translate basic science into real products and services that help improve people’s lives. Target deconvolution is a key aspect of small molecule therapeutics. Many small molecule therapeutics provide a desired phenotypic response for a given disease or disease model. However, the small molecule molecular targets often remain unknown. In order to better understand the disease and the small molecule therapeutics, it is critical to discover and understand the molecular target. Target deconvolution allows for the identification of this molecular target through a variety of methods, including the use of radiolabelled small molecules. (vi) The purpose of this acquisition is to obtain results from small molecule target deconvolution studies on three different radiolabelled small molecules in order to determine the target of the small molecules.Statement of Work: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:1. The government will provide three target radiolabelled compounds to the contractor. In addition, the government will provide the “cold” (non-radiolabelled) compounds to the contractor. Government will have the option to provide unlabeled, inactive compound.a. The government will provide no more than 2000 nmoles of each radiolabelled compound and no more than 200 mg of each cold compound will be provided.2. Contractor will evaluate the background binding and compound suitability of the three radiolabelled compounds at two concentrations in HEK293T cells.3. Contractor will screen the radiolabelled compounds against a library of over 5,000 human proteins.a. Proteins will be in reverse transfected HEK293T cellsb. Contractor will provide the appropriate controls to ensure the cells are transfectedc. Contractor will image the cells for radioactivity, to observe hits4. Contractor will confirm any hits with cold displacement studies.5. Contractor will provide a comprehensive report on the results of the assessmenta. Report will include images on the confirmation screenb. Report will include the names of all proteins screenedc. Report will include all hitsd. Contractor will be available for verbal communication regarding the results of the screen6. Contractor will be available via e-mail or phone concerning the progress of the project, with an update no less than every four weeks on progress.GOVERNMENT RESPONSIBILITIES: Government has the responsibility to: 1. Review the data, reports, and products generated, including final approval on reports; 2. Provide the compounds, both radiolabelled and non-radiolabelled for the assessment by the contractor. Government will not provide telephones, workspace, or desktop computers. Contractor will not require access to government facilities.DELIVERY OR DELIVERABLES: Contractor will provide the data analysis and report for the contents of this statement of work. One report on the study performed, including any hits and confirmation, shall be required. Contractor will provide monthly updates on the progress of the project, or more often as appropriate. Contractor will be expected to stay in e-mail or phone contact with the government representative as needed.Data Rights: Any data generated as a result of this contract will be the property of NCATS. NCATS shall have unlimited rights to and ownership of all data including reports. In addition, it includes any additional deliverables required by contract change. The definition of “unlimited rights” is contained in Federal Acquisition Regulation (FAR) 27.401, “Definitions.” FAR clause 52.227-14, “Rights in Data-General,” is hereby incorporated by reference and made a part of this contract/order. Any data schemas will be the exclusive right of the government.Section 508—Electronic and Information Technology Standards: Contractor will not be involved in EIT Standards. No EIT is anticipated to be generated as a result of this requirement. Publications and Publicity: Contractor will not publish results of the work.Confidentiality of Information: Contractor will keep the results of the acquisition confidential.(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition. The Period of Performance shall commence after Effective Date of Contract. The period of performance shall be effective six (6) months after date of award and vendor receipt of the radiolabelled and non-radiolabeled compounds.A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is January 10, 2020.(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision)The following provisions apply to this acquisition and are incorporated by reference:• FAR 52.204-7, System for Award Management (Oct 2018)• FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)• FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)• FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014)• HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause)The following clauses apply to this acquisition and are incorporated by reference:• FAR 52.204-13, System for Award Management Maintenance (Oct 2018)• FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)• FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (AUG 2019) is applicable to this solicitation:52.222-3 Convict Labor (June 2003)52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)52.222-21 Prohibition of Segregated Facilities (Apr 2015)52.222-26 Equal Opportunity (Sep 2016)52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)52.222-50 Combating Trafficking in Persons (Mar 2015)52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013)The following provisions and clauses apply to this acquisition and are incorporated as an attachment:• NIH Invoice and Payment Provisions (2/2014)• FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:a) Technical Capability: Ability of the Offeror to understand the SOW and requirements, adequately describe the proposed approach, identify problems and potential challenges, and demonstrate how all contract requirements will be met. Offerors shall provide evidence of sufficient planning to show that the work will be accomplished and how it will be accomplished within time and other constraints specified in the SOW or as applicable. The Offeror shall utilize all available resources to include controlling the execution of assigned activities, tasks, sub-tasks, monitoring progress, status reporting, resolving critical issues and/or mitigating risks and fulfilling all delivery requirements. Personnel Experience: Scientists will have significant experience (>5 years) in the testing of small molecule compounds in same or relevant fields; Ability to test assays described above within the timeframe required. Organizational Experience: Possess access to all critical instrumentation necessary for this statement of work; Possess capability to work with radioactive compounds and with biological tissue.b) Price; and c) Past performance [see FAR 13.106-2(b)(3)]Offerors shall show documented evidence of personnel experience related to the subject requirement. Specific and specialized relevant experience, knowledge, skills, abilities, and education of proposed personnel shall be clearly documented. The offeror must submit with their proposal a list of the last two (2) contracts completed during the past three (3) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for such key personnel. For each contract, subcontract, or reference include:(i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime and subcontract numbers);(iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) North American Industry Classification System (NAICS) code. Offeror’s submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including any shipping cost and estimated time of delivery after receipt of order if applicable. Prices shall be quoted on an itemized basis with a fixed-price pricing structure included for all work to be performed in accomplishing this requirement. (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 clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated in full text.(xiii) 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.(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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.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 and the offeror representation in FAR Provision 52.204-24, which is attached, MUST be completed and submitted with any quotation or response to this RFQ.(xvi) All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/69cde60eb118430e911da51f8bdd5bcf/view)
 
Record
SN05513944-F 20191213/191211230304 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.