Federal Bid

Last Updated on 30 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

Chemical Molecules for Use in the NCATS Pharmacologically Active Chemical Toolbox

Solicitation ID HHS-NIH-NIDA-SSSA-CSS-14-704
Posted Date 04 Sep 2014 at 3 PM
Archive Date 30 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location United states
INTRODUCTION
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.

The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-704 and the solicitation is issued as a request for quotation (RFQ).

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 325199 with a Size Standard of 1000 Employees.

SET-ASIDE STATUS
This acquisition is 100% set-aside for small businesses under NAICS code 325199.

ACQUISITION AUTHORITY
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 and is NOT expected to exceed the simplified acquisition threshold.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated August 25, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date.

DESCRIPTION OF REQUIREMENT

Purpose
The purpose of this requirement is acquisition of five (5) milligrams (mg) of six hundred eight-eight (688) medically relevant, novel small molecules. The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) will include these molecules in the NCATS Pharmacologically Active Chemical Toolbox (NPACT) small molecule collection. NPACT aims to broadly cover all biological mechanisms known in literature or patents and provides information access for NCATS investigators to accelerate their research. 5mg of 688 particular molecules are required at this time and high purity of molecules is imperative

Project Requirements
The specific requirements are as follows:

1. The Contractor must be able to provide the NCATS DPI with the 5 mg of each of the molecules listed in the attached Excel spreadsheet titled "Required Molecules List."

2. Each molecule provided must be guaranteed to be 90% pure or better.

3. PLEASE NOTE: Molecules shall be provided to the NCATS in barcoded vials that shall be provided to the successful Contractor by the NCATS at time of award. The Contractor shall be responsible for return-shipping the filled vials to the NCATS.

4. In addition to the molecules themselves, the Contractor must be able to provide the following electronic information for each required molecule: genus and species information, chemical structure, molecular weight, simplified molecular-input line-entry system (SMILES), research area annotation, and reference to relevant PubMed publications. This information shall be provided via email referencing individual compound vial barcodes.

Anticipated Period of Performance
Compounds and associated information shall be delivered within six (6) weeks following Contractor receipt of the barcoded vials provided by NCATS.

Contract Type
The Government intends to issue a firm fixed price purchase order for this requirement.

APPLICABLE CLAUSES AND PROVISIONS
All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.

The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.

FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition.

A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.

FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5
Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition.

The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

EVALUATION CRITERIA
FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows:

The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance:

Factor 1: Technical Approach
The Offeror shall detail in its technical proposal how it meets each of the project requirements.

Factor 2: Delivery
The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met.

RESPONSE FORMAT
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 offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation. The price quotation must include the requirements listed above as well as associated pricing.
Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-704. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at [email protected].

 

Bid Protests Not Available