Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2012 FBO #3927
SOLICITATION NOTICE

68 -- Compounds - Attachment A-List of Compounds

Notice Date
8/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(TR)-2012-273-RSF
 
Archive Date
9/14/2012
 
Point of Contact
Rashida S. Ferebee, Phone: 3014352605
 
E-Mail Address
ferebeers@nhlbi.nih.gov
(ferebeers@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment A-List of 173 Compunds (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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 DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is Compounds. The solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60, July 26, 2012. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 541711 with a small business size standard of 500 Employees. This acquisition is being conducted in accordance with FAR Part 12 and FAR Part 13. (v) STATEMENT OF WORK Background Statement: The National Center for Advancing Translational Sciences (NCATS), NIH Chemical Genomics Center (NCGC) in collaboration with the Environmental Protection Agency (EPA) and NIEHS Triangle Park (NTP) is in the process of obtaining all known chemical compounds currently on the list of Federal Drug Agency (FDA) approved chemical compounds that are to be used on clinical trials within the US. This unique library of compounds 90% being marketed drugs and 10% bioactive alkaloids or related substances is needed for the compound management group for assay development. Working in partnership with the public and private sectors, the Center will develop innovative ways to reduce, remove or bypass these bottlenecks. This will speed the delivery of new drugs, diagnostics and medical devices to patients. One way to speed the delivery of therapeutics for diseases is to repurpose FDA approved drugs. This is one of the mandates of TRND (Therapeutics for Rare and Neglected Diseases) which is a component of NCATS. These drugs have already been proven safe in human trials and have passed several other drug metrics that to find a new indication for them would bypass many of the hurdles in novel drug discovery. Contractor Requirements: 1. The Offeror shall provide 100mg of each of the 173 compounds, listed in Attachment A, dispensed into NCGC's barcoded vials. 2. The Offeror shall provide a parent molecule that will match the structure provided by NCGC. The Offeror will provide NCGC with an SDF containing their matching structure and catalog number for review. 3. The Offeror shall provide to NCGC the structure (including counterions), CAS registry number, common drug name, vial barcode, and amount in an SD file. The aforementioned information shall also be provided without the structure in an Excel spreadsheet. 4. The Offeror shall deliver each sample with an electronic Certificate of Analysis and have accompanying analytical data in electronic format showing it is at least 95% pure. 5. The Offeror shall deliver to NCGC all relevant data with the samples on a CD or USB flash drive. 6. Each of the requested compounds identified in Attachment A must be available from the Offeror for immediate distribution. Delivery: Delivery 2 weeks after award to NIH Chemical Genomics Center, 9800 Medical Center Drive, Bldg. B Room 1022. The Offeror shall deliver to NCGC 100mg of each of the 173 compounds listed in Attachment A, dispensed into NCGC's bar-coded vials. In addition, the Offeror shall return the empty barcoded vials provided by NCGC. (vi) The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (vii) FAR clause 52.212-2, Evaluation - Commercial Items is applicable to this requirement. The award will be made based upon the technical specifications of the required products/services and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government's requirements. The offerors must provide a firm fixed price quote. The Government intends to evaluate offerors and award a contract without discussions with offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offeror's must include itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. Note: In order to receive an award from NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx. (viii) (x) The Offeror must submit a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (ix) (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following clauses are added as an addendum to FAR clause 52.212-4 and are applicable to this requirement: FAR Clause 52.209-7 Information Regarding Responsibility Matters (Jan 2011); FAR Clause 52.216-2, Economic Price Adjustment--Standard Supplies (January 1997); FAR Clause 52.216-19, Order Limitations (October 1995); and FAR Clause 52.217-6, Option for Increased Quantity (March 1989). (x) (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following are the additional FAR clauses cited in the clause applicable to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)); 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).; Alternate I (OCT 1995) of 52.219-6; 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); and 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (xi) The Offer is due August 30, 2012 9:00 a.m., Eastern Standard Time at the National Institutes of Health, National Heart, Lung and Blood Institute, 6701 Rockledge Boulevard, Suite 6145, Bethesda, Maryland 20892-7902, Attention: Rashida Ferebee or at ferebeers@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. (xii) (xvi) For Additional information, contact Rashida Ferebee, Contracting Officer, electronically at ferebeers@nhlbi.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(TR)-2012-273-RSF/listing.html)
 
Place of Performance
Address: NIH/NCATS, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN02853049-W 20120825/120824001240-168c97631806a0f8cac39347ff980eac (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.