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-75N95020Q00216 and the solicitation is issued as a request for quotes.
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 FAR Part 12—Acquisition of Commercial Items 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 (FAC) Number 2020-08, with effective date August 13, 2020.
The associated NAICS code is 621511 and the small business size standard is $35 Million. This requirement will be solicited as full and open with no set-aside restrictions.
The purpose of this acquisition is to identify effective treatments for Alzheimer’s disease (AD). Research in the NIA IRP has identified several FDA approved drugs that may target metabolic abnormalities associated with AD and be of utility as effective disease-modifying treatments. Repurposing of approved drugs for AD is a promising approach that can accelerate the development of novel AD treatments. As art of the DREAM study, pharmacoepidemiologic analyses of approximately 20 FDA approved drugs will be performed to test whether older individuals exposed to these ‘candidate AD treatments’ are at owner risk of AD. In parallel with these analyses, testing will also determine whether these drugs also ameliorate pathological changes associated with AD at the cellular level.
As part of an ongoing study called the Drug Repurposing for Effective Alzheimer’s Medicines (DREAM) study, the NIA IRP is testing whether exposure to commonly prescribed, FDA-approved drugs will be associated with protection against AD. DREAM will test approximately 20 drugs that have been nominated as ‘candidate AD treatments.
See attached Statement of Work for additional details.
The Government anticipates award of a firm fixed price purchase order for this acquisition, and the anticipated period of performance is 12 months.
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:
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:
The following provisions and clauses apply to this acquisition and are attached in full text:
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 offered to meet the Government requirement, including the ability to identify effective treatments for Alzheimer’s disease (AD), (ii) past performance [see FAR 13.106-2(b)(3)]., and (iii) price.
Technical and past performance, when combined, are significantly more important than price.
b) 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.
Offerors shall include a completed copy of the following provisions with their offer:
There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
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 offers must be received by Monday, September 21, 2020, at 12:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-75N95020Q00216.
Responses must be submitted electronically to Diedra Prophet at [email protected].
Fax responses will not be accepted.
(xvi.) The name and of the individual to contact for information regarding the solicitation:
Diedra Prophet
Contract Specialist
[email protected]
Karen Mahon
Contracting Officer
[email protected]