Federal Bid

Last Updated on 13 Sep 2021 at 3 PM
Combined Synopsis/Solicitation
Rockville Maryland

X-ray crystallography of the Protein-Ligand interaction between TLR4 and Pro-tryptase

Solicitation ID NIAID-RFQ21-2082644
Posted Date 13 Sep 2021 at 3 PM
Archive Date 01 Oct 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Niaid
Agency Department Of Health And Human Services
Location Rockville Maryland United states 20852

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures (FAR Part 13). This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Submit quotes on NIAID-RFQ21-2082644.

This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06, effective July 12, 2021.The associated North American Industry Classification System (NAICS) code for this procurement is 541380 Testing Laboratories, with a small business size standard of $16.5 million.

Background and Laboratory Needs:

The National Institute of Allergy and Infectious Diseases (NIAID) Translational Allergic Immunopathology Unit (TAIU) identifies mechanisms and pathways critical to allergic hypersensitivity that can be targeted in order to conduct first in human clinical trials that prevent severe reactions and inflammation. In order to accomplish this translational research objective, the TAIU has active clinical and laboratory research programs, employing a model of bed-to-bench and back to the bedside. The principal approach TAIU employs for identification of therapeutic targets is to identify and characterize inherited, or acquired, genetic disorders and traits that promote severe allergic inflammation and reactions. From those identified to date, one major areas of current focus is characterizing pathways leading to increased mast cell hyperactivity and anaphylaxis in individuals with hereditary alpha tryptasemia (HaT) – a common genetic trait resulting from increased TPSAB1 (tryptase) copy number. The scope of this requirement is to solve the Protein-Ligand structures of TLR4 and Pro-tryptases. Please see the attached Statement of Work (SOW) for technical requirements.

FOB Point Shall be Destination: 29 Lincoln Drive, Building 29 Wing B, Bethesda, MD 20814

Anticipated Period of Performance/Delivery Time: Date of Award through 30 weeks

The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government’s best interest. The Government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. NIAID will evaluate quotes to determine the best value to the government. NIAID will make that determination based on technical acceptability, past performance, delivery, and price. NIAID will evaluate for past performance, delivery, and price only those quotes which are rated technically acceptable.

The following FAR provisions and clauses apply:

FAR Part 52.212-1 Instructions to Offerors – Commercial Items

FAR Part 52.212-3 Offeror Representations and Certification – Commercial Items

FAR Part 52.212-4 Contract Terms and Conditions – Commercial Items

FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders – Commercial Items (see attached)

FAR Part 52.204-7 System for Award Management

FAR Part 52.204-13 System for Award Maintenance

FAR Part 52.204-16 Commercial for Government Entity Code Reporting

FAR Part 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment

FAR Part 52.232-40 Providing Accelerated Payments to Small Business and Subcontractors

The following Department of Health and Human Services Acquisition Regulation (HHSAR) apply:

HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations

HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice

Quoter must also include the following provision in their quote and check the appropriate response:
52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015)
(a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10).
(b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.
(c) Representation. By submission of its offer, the offeror represents that- (check one)
____(1) It is not an inverted domestic corporation: and
____(2) It is not a subsidiary of an inverted domestic corporation

By submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should clearly include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).)

Submission shall be received not later than previously stated.

Quotes shall be e-mailed to [email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (see attached).

SPECIAL NOTICE TO OFFERORS
Quoters are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you consent to disclosure of your quoteto non-government personnel for purposes of evaluation.

AMENDMENT 1 - dated 09/08/2021 - The purpose of this amendment is to attach the Wage Rate Determination and to extend the response submission deadline to September 10, 2021 at 11:00AM EDT. 

AMENDMENT 2 - dated 09/13/2021 - The purpose of this amendment is to extend the response submission deadline to September 16, 2021 at 4:00PM EDT. 

Bid Protests Not Available