Pre-clinical Screening Library of Small Molecules

expired opportunity(Expired)
From: Federal Government(Federal)
75N95021Q00326

Basic Details

started - 26 Aug, 2021 (about 2 years ago)

Start Date

26 Aug, 2021 (about 2 years ago)
due - 31 Aug, 2021 (about 2 years ago)

Due Date

31 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
75N95021Q00326

Identifier

75N95021Q00326
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26850)NATIONAL INSTITUTES OF HEALTH (10866)NATIONAL INSTITUTES OF HEALTH NIDA (3123)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS / SOLICITATION - COMPETITIVETitle: Compound library of 197 bioactive compounds: MedChemExpress (brand-name or equal) (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 75N95021Q00326 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures 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
2021-06, dated 06-10-2021.(iv)       The associated NAICS code is 325414 and the small business size standard is 1,250 employees. This requirement is full and open with no set aside restrictions.(v)        Through this procurement the Government intends to procure a compound library of 197 bioactive compounds as described in Attachment 1 – Purchase Description. NIDA anticipates the award of a Firm-Fixed Price (FFP) Purchase Order as a result of this solicitation. Below is the line item number and description of the requirement for the anticipated award.                      Line 1. FY21. Compound Library - 197 Bioactive Compounds.(vi)       The National Center for Advancing Translational Sciences (NCATS) at the National Institues of Health (NIH) seeks to purchase a compound library of 197 bioactive compounds: MedChemExpress or brand-name equal. The specifications for the 197 compounds are identified in Attachment 1 – Purchase Description.The Government requires, brand-name or equal compound libraries that shall demonstarte the following salient characteristics:1.     Each compound must be provided in 5mg quantity.2.     Small molecules must have validated biological and pharmacological activities.3.     Each compound must be available for high-throughput screening (HTS) and high-content screening (HCS).4.     Each compound must come with detailed biological and chemical information with LC/MS and NMR reports to ensure high quality.5.     Each compound must be provided as a powder (solid).6.     Each compound must have a confirmed purity of >90% (accuracy +/-5%).7.     The compound library must conform to drug-like parameters such as distribution of molecular weight, solubility, lipophilicity, hydrogen bond donors and acceptors.8.     The compounds must be replenishable. They must be available for resupply or resynthesis if needed for NCATS follow up in the future.The Contractor must also provide the following information electronically for each individual compound. This information must be provided via email referencing individual compound vial barcodes:1.     Chemical structure or simplified molecular-input line-entry system (SMILES) orequivalent chemical structure information2.     Supplier ID3.     Plate ID4.     Well location5.     Tube ID6.     Concentration in millimolar7.     Volume  in microliters(vii)      Delivery is to occur within ten (10) weeks after receipt of Government supplied tubes.Delivery shall be made to the below address with FOB Destination, to the point of contact designated on the purchase order.National Center for the Advancement of Translational Sciences9800 Medical Center Drive, Room 315Rockville, MD 20850(viii)     The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision.(ix)       The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. All offerors evaluated based on technical acceptability based on the Salient Characteristics described in Attachment 1. An award will be made to the offer that is the lowest evaluated price and meets or exceeds the acceptability standards for non-price factors. The non-price factors include the demonstrated technical capability to comply with the salient characteristics, as well as past performance.The Offeror must indicate in its quotation the ability to provide all of the specified products described above.The Offeror must indicate in its quotation the ability to meet the delivery requirements.Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable. 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)        Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors should include the representation at 52.204-24 if it is not in in their completed FAR Representations and Certifications. A copy of that representation is attached as Attachment 2 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Offerors should include the representation at 52.225-2 if it is not in in their completed FAR Representations and Certifications. A copy of that representation is attached as Attachment 4 – Representation Regarding 52.225-2 Buy American Certificate (FEB 2021).Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of performing the required service. Responses must also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, and the completed offeror representation in FAR Provision 52.204-24, which is attached.The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, product or catalog number(s); product description; what the warranty covers; 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.All responsible sources may submit a quotation which shall be considered by the agency.(xi)       The provision at FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and is supplemented by Attachment 5 - 52.212-4 Addendum and (xii)      The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition and is supplemented by Attachment 6 - 52.212-5 Addendum.(xiii)     In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference:The clause at FAR 52.204-13, System for Award Management Maintenance (Oct 2018)The clause at FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employement Opportunity Investigations (December 18, 2015)NIH Invoice and Payment Provisions (2/2014) included ast Attachment 3 – Invoice Instructions(xiv)     The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.(xv)      All responses must be received by 1:00 p.m. EDT on August 31, 2021, and reference solicitation number 75N95021Q00326. Responses must be submitted via email to Shaun Rostad, Contract Specialist, at shaun.rostad@nih.gov.(xvi)     For information regarding the solicitation, contact Shaun Rostad, Contract Specialist, at 301-443-6677 or shaun.rostad@nih.gov.

c/o 3WFN MSC 6012 301 N Stonestreet Ave  Bethesda , MD 20892  USALocation

Place Of Performance : c/o 3WFN MSC 6012 301 N Stonestreet Ave Bethesda , MD 20892 USA

Country : United StatesState : Maryland

Classification

naicsCode 325414Biological Product (except Diagnostic) Manufacturing
pscCode 6505Drugs and Biologicals