Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2013 FBO #4233
SOURCES SOUGHT

A -- NIMH Chemical Synthesis and Drug Supply Program (CSDSP)

Notice Date
6/25/2013
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHSN-271-2008-00037-C
 
Point of Contact
Khaled M. Gohar, Phone: 3014432848, Bruce E. Anderson, Phone: 301-443-2234
 
E-Mail Address
Khaled.gohar@nih.gov, banderso@mail.nih.gov
(Khaled.gohar@nih.gov, banderso@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Research and Development (R&D) Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential R&D requirement. Small Businesses are encouraged to respond. The National Institute on Drug Abuse (NIDA), Office of Acquisitions - Neurosciences, National Institute of Mental Health (NIMH)/National Institute on Aging (NIA) Research and Development Contracts Management Branch (R&D CMB), on behalf of the NIMH, intends to negotiate a modification to an existing contract with Research Triangle Institute, PO Box 12194, Research Triangle Park, NC 27709, Contract no. HHSN271200800037C entitled, "NIMH Chemical Synthesis and Drug Supply Program (CSDSP)", on a sole source basis pursuant to 41 U.S.C.253(c)(1) as implemented by FAR 6.302-1 (Only one responsible source and no other services will satisfy agency requirements). BACKGROUND This initiative is part of the Molecular, Cellular, and Genomic Neuroscience Research Branch (MCGNRB), National Institute of Mental Health (NIMH). The mission of the MCGNRB is to support fundamental research on the mechanisms underlying and influencing brain development, neuronal signaling, synaptic plasticity, signal transduction pathways, and the biochemical and behavioral actions of therapeutic agents in animals and humans. The goals of the MCGNRB include the identification of novel targets (genes or molecules) for therapeutic intervention, characterization of the neurobiological behavioral actions of psychoactive agents, and design and development of novel ligands for functional brain imaging in humans, psychoactive agents for basic and clinical research, and potential therapeutic agents for the treatment of mental disorders. "NIMH Chemical Synthesis and Drug Supply Program (CSDSP)" awarded on a competitive basis on 09/27/2008 to Research Triangle Institute under Contract # HHSN271200800037C, is a cost-reimbursement research and development type contract, and currently expires on September 26, 2013. Under this contract, Research Triangle Institute stored and maintained the CSDSP inventory of approximately 490 compounds, processed hundreds of requests for compounds, including packaging and shipment of compounds and conducted over 70 synthetic chemistry projects to add new compounds to the inventory. The purpose of this contract modification is to continue the maintenance and distribution of the Government-owned compound inventory and completion of ongoing syntheses for an additional five (5) months on a noncompetitive basis in order to allow continuing services during the re-competition of this program. Allowing the contract to expire prior to completing this re-competition would require moving the compound inventory to a supported location and the interruption of essential research services which would harm the Government. Research Triangle Institute is uniquely qualified to perform this work. They currently hold the NIMH compound inventory, including radioactive compounds, a resource that cannot be moved without significant time and effort. They are also currently conducting synthetic chemistry projects for the program. Moving these projects in mid-stream, prior to completion of the work, is not feasible, as the intermediate products of a synthesis are generally unstable, so any disruption would lead to degradation and loss of all time, effort, and resources applied to the project. A new contractor would be unable to meet the same efficiency levels that RTI has established at this stage of completion of the project. Under the requirements of 41 U.S.C. 253[c](1) and FAR 6.302-1, RTI is the only source capable of meeting the requirements of this project. PURPOSE AND OBJECTIVES The purpose OF THIS PROPOSED ACTION is to extend the CONTRACT'S current period of performance by an additional five (5) months, to maintain the NIMH CSDSP compound inventory, process requests for compounds from the research community, including packaging and shipping of compounds, and completing synthetic chemistry projects initiated under the previous contract. PROJECT REQUIREMENTS Specifically, the contract modification will address the following: (a) Storing and maintaining the CSDSP inventory of ~490 compounds under optimal storage conditions; (b) Receiving, processing, and fulfilling requests from the research community for access to inventory compounds; and (c) Completing ongoing synthetic chemistry projects initiated under the prior contract for this program. REPORTS/DELIVERABLES All reports shall be submitted in electronic form as PC-formatted computer files in Microsoft Word and Microsoft Excel and/or searchable PDF format. The following reports will be required: A. Monthly Technical Progress Reports, the contractor shall provide a report within seven (7) calendar days after the end of each contract month. B. Synthesis Report for each attempted or completed synthesis within two (2) weeks of completion of synthesis. C. Final Progress Report shall be submitted on or before the last day of the period of performance. This report shall include a summation of the work performed and results obtained for the entire contract period of performance. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is five (5) months from 9/27/2013 through 2/26/2014. OTHER IMPORTANT CONSIDERATIONS The North American Industry Classification System (NAICS) Code is 541711, 500 employees. CAPABILITY STATEMENT/INFORMATION SOUGHT a. Capability Statement - Respondents to this notice must provide, as part of their responses, a capability statement to include the below. At a minimum prospective Offerors must document capabilities in the following areas: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your DUNS number, organization name, address, technical and administrative points of contact (including names, titles, addresses, telephone and fax numbers, and e-mail addresses), and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code. Please identify your size classification relative to North American Industry Classification System (NAICS) code of 541711. Include a statement whether or not you are a small business; HUBZone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. b. Information Submission Instructions - Respondents should provide responses accordingly: (1) submit information both electronically and by mail. No telephone and facsimile responses will be accepted; (2) format capability statements using Microsoft Word or Adobe PDF including attachments, resumes, charts, etc. Use single space, 12 font minimum and 8 ½ x 11 size paper; (3) organize material in such a manner that clearly identifies and address capability requirements and provide an executive summary; (4) capability statements should not exceed ten (10) single sided pages including references; (5) respondents must send two (2) original copies via mail and one (1) electronic copy via email; (6) RESPONSES SHOULD BE RECEIVED NO LATER THAN JULY 9, 2013 at 12:00 PM LOCAL TIME ; and (7) responses to this notice should be sent via email to khaled.gohar@nih.gov. The original statements mailed using the U.S. Postal Service should be sent to ATTN: Khaled Gohar, National Institutes of Health, Office of Acquisitions - NIDA Neuroscience COAC, NIMH/NIA R&D Contracts Management Branch, 6001 Executive Boulevard, Room 8154, MSC 9661, Bethesda, MD 20892-9661. If using a courier service such as the UPS, Federal Express, etc., change the City, State and Zip Code to Rockville, MD 20852. (Please be aware that the U.S. Postal Service's "Express Mail" DOES NOT deliver to the Rockville, Maryland address.) DISCLAIMER AND IMPORTANT NOTES This notice of intent is NOT a request for competitive proposals. There is no solicitation package available. However, the Government shall consider all responses received within ten (10) days of this posting. Interested parties may identify their interest and capability to respond to the requirement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Written responses to this Sources Sought announcement shall contain sufficient documentation to establish capability to fulfill this requirement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHSN-271-2008-00037-C/listing.html)
 
Record
SN03099119-W 20130627/130625235217-2929e13ca1bae1ab9a2727dad7104629 (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.