SOURCES SOUGHT
66 -- Acquisition of a Sensitive and USP-Compliant Analytical Balance to Support the Clinical Pharmacology of all Drugs Being Developed at the NCI
- Notice Date
- 6/13/2022 2:31:41 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- SBSS75N91022Q00095
- Response Due
- 6/17/2022 1:00:00 PM
- Point of Contact
- David Romley, Phone: 2402767822
- E-Mail Address
-
David.Romley@nih.gov
(David.Romley@nih.gov)
- Description
- SOURCES SOUGHT NOTICE: Acquisition of a Sensitive and USP-Compliant Analytical Balance to Support the Clinical Pharmacology of all Drugs Being Developed at the NCI Notice Number: SBSS75N91022Q00095 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov� or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: June 17, 2022 by 4:00PM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1000 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. BACKGROUND The NCI Clinical Pharmacology Program (CPP) requires the use of accurate mass (weight) measurements of drugs in order to accurately quantify drugs in patient samples which are used to adjust patient doses on clinical trials for the Center for Cancer Research (CCR) within the National Cancer Institute (NCI). In order to be able to effectively and accurately adjust patient doses, CPP needs reliable data which originates with accurate mass (weight) measurements of the drug itself. The current analytical balance is only rated by the US Pharmacopeia (USP) as 99% accurate down to 10 mg. This sensitivity level is no longer acceptable, as drugs become more potent and lower doses are needed for certain drugs. The current balance is over 15 years old and is no longer compliant with US Pharmacopeia (USP) standards for low mass (weight) accuracy. A new analytical balance is necessary in order for the CPP lab to maintain capability to keep up with the new drugs being developed by the CCR clinical trials. A modern analytical balance will afford CPP a 10-fold increase in sensitivity allowing for accuracy of drug stocks used to measure these drug concentrations in patient samples. This is of paramount importance because drug measurements that come from assays using this analytical balance are directly used to adjust patient doses. TYPE OF ORDER This shall be issued as a Firm Fixed-Price Purchase Order. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for this requirement: Must have a sensitivity of less than 2 mg and 99.9% accuracy per USP. Must be able to measure a capacity up to 32 grams. Must have a readability of 0.001 mg. Must have a typical repeatability of 0.00007 mg. Must be able to measure a minimum weight amount of 1.4 mg at 99.9% accuracy. Must have a settling time of no more than 3.5 seconds. WARRANTY The Contractor shall warrant all supplies furnished under this order against any defects in design, material, or manufacture for a period of 12-months from date of delivery. The Contractor shall also warrant and imply that all items delivered as a result of this order are merchantable and fit for use for the particular purpose described in the order in accordance with FAR 52.212-4(o). If a defect results in lost or decreased performance of supplies or services furnished under this order, the Contractor shall cover all parts, materials, labor, and/or travel expenses required to repair or replace the supplies at no cost to the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. How to Submit a Response: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above.� Also include schedule contract, if applicable to the requirement. All proprietary information should be marked as such.�� Responses should include a minimum of a one-page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice.� Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern�s name and address).� Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. � Due Date:� Capability statements are due no later than June 17, 2022 by 04:00PM EST Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein.� All questions must be in writing and emailed to David.Romley@nih.gov.� A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.�Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the System for Award Management (SAM) at Beta.SAM.gov. No collect calls will be accepted.�Please reference number SBSS75N91022Q00095 on all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a RFQ may be published in beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6d94480f247d4435b281c6aff85d73d2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06356789-F 20220615/220613230108 (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 |