5. PLEASE NOTE: Molecules shall be provided to the NGATS in barcoded vials that shall be provided to the successful Contractor by the NCATS at time of award.
6. In addition to the molecules themselves, the Contractor must be able to provide
the following electronic information for each required molecule: chemical structure, compound name, molecular weight, simplified molecular-input line entry system (SMILES) or equivalent chemical structure information, accurate weight of amount of compound shipped. This information shall be provided via email referencing individual compound vial barcodes.
7. The contractor must provide for shipping and handling to send small molecules in the provided vials to the NCATS.
Anticipated Period of Performance: Compounds shall be delivered to address below within three (3) months after receipt of Government provided barcoded vials. Requirement may be shipped in a maximum of three (3) installments. Period of Performance will be defined upon award.
Place of Performance:
9800 Medical Center Drive
Rockville, Maryland 20850
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 of FAR clause 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition.
The provision of FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition.
(a) The Government will make an award 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 to include past performance. The award will be on the basis of lowest price technically acceptable.
(b) Award Criteria
Selection of an Offeror for the award will be on the basis of lowest price technically acceptable. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully.
The offerors must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal.
Offeror's cost/price proposal 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 as described in FAR 15.404.
The prices quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation.
A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. The FAR clause is located at http://www.acquisition.gov/far/. 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.
FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Response Format: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement. The price quote shall include: unit price, list price, shipping and handling costs, the delivery period after contract award, delivery terms, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, product or catalog numbers, product description and other information or factors that may be considered in the award decision.
All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
All responses must be received by August 14, 2015 at 8:00AM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-565. Responses may be submitted electronically to Samantha Kelly, Contract Specialist at [email protected].
"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."