MODIFICATION
89 -- Ketone Ester
- Notice Date
- 7/9/2020 8:54:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311930
— Flavoring Syrup and Concentrate Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00166
- Response Due
- 7/15/2020 11:00:00 AM
- Archive Date
- 07/30/2020
- Point of Contact
- Karen Mahon
- E-Mail Address
-
karen.mahon@nih.gov
(karen.mahon@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 75N95020Q00166 �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) 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to HVMN, 38 Mason St, San Francisco CA �for Ketone Ester drinks and flavor concentrate for placebo preparation. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-06, with effective date May 6, 2020. (iv)������ The associated NAICS code is 311930 and the small business size standard is 1,000 employees. This requirement has no set-aside restrictions. (v)������� This requirement is for the Ketone Ester and flavor concentrate for placebo preparation. (vi) ����� NIA requires Ketone Ester that has been determined to be generally considered as Safe (GRAS) by the US FDA, supported by previous preclinical and clinical studies, and accompanied by a specific flavor concentrate and instructions for placebo preparation.� The flavor shall be made to resemble the experience of drinking the Ketone Ester and thus appropriate for a double blind placebo-controlled clinical study that tests the Ketone Ester. Quantities required: 20 cases of (R)-3-hydroxybutyl (R)-3-hydroxybutyrate Ketone Ester, each containing 120 bottles of Ketone Ester. 21 bottles of flavor concentrate for placebo (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery dates are below: � ����������� Base: 7 cases Ketone Ester, 21 bottles of flavor concentrate for placebo ����������� Option 1: 6 cases Ketone Ester ����������� Option 2: 7 cases Ketone Ester Delivery will be f.o.b. destination. The place of delivery and acceptance will be NIA Clinical Unit, 3001 S.Hanover St, 5th floor, Baltimore, MD 21225 (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 (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) 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). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (Mar 1989)>. Fill in: 30 days prior to delivery date. The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2020) NIH Invoice and Payment Provisions (2/2014) (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: (i) technical capability of the item offered to meet the Government requirement; and (ii) price. Technical is significantly more important than price. (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. (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)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)����� 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. 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 quotations must be received by 2:00 pm, Eastern Daylight Time, on July 15, 2020, and reference Solicitation Number 75N95020Q00166. Responses must be submitted electronically to Karen Mahon, Contracting Officer at Karen.Mahon@nih.gov. Fax responses will not be accepted. (xiv)���� The name and email address of the individual to contact for information regarding the solicitation: Karen Mahon, Contracting Officer Karen.Mahon@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8da0d846e91a41868fa05fa15db86460/view)
- Record
- SN05715781-F 20200711/200709230138 (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 |