Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2017 FBO #5748
SOLICITATION NOTICE

R -- Custom Radio Tracers

Notice Date
8/17/2017
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-2017-734
 
Archive Date
9/1/2017
 
Point of Contact
Leon Wong, Phone: 3014807503
 
E-Mail Address
leon.wong@nih.gov
(leon.wong@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to solicit by a request for quotation from Johns Hopkins Bayview Medical Center for award on or around September 30, 2017. The purpose of this acquisition will be to provide the National Institute on Drug Abuse (NIDA) with custom radio tracers to be used by the National Institute on Drug Abuse - Intramural Research Program. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 541690 with a Size Standard of $15 Million. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-85 dated February 26, 2016. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: Positron emission tomography (PET) is a non-invasive imaging technique that enables picomolar detection (i.e. the highest sensitivity among all non-invasive imaging modalities available) of molecular processes in a living animal. PET compound radiosynthesis requires dedicated instrumentation and skillset which the NIDA-IRP does not have. The objective of this contract is to identify a contractor capable of 1) preparing custom radiosynthesis of specific derivatives either with F18 or C11 on a weekly basis, 2) obtain up to 400 rats and/or mice, housing for said animals for the duration of the study and 3) allow NIDA researchers to have access (approximately 50hrs total) to a small animal PET scanner to perform imaging of radiotracer distribution and occupancy in the rodent brain. PROJECT REQUIREMENTS: The Contractor shall be responsible for the following: (1)The Contractor shall prepare custom radiosynthesis of specific derivatives using either C11 or F18 within 2-3 weeks of submitted requests. (2)Supply animals to NIDA Researhers to use in the experiements and house them for the duration of each experiment. (3)Provide NIDA researchers with access to a small animal PET scanner to perform imaging of radiotracer distribution and occupancy in the rodent brain. Due to half-life of the custom compounds (110 minutes for F18- and 20 min for C11-labeled PET tracers), the Contractor must have a facility located within 10-20 minutes of the NIDA-IRP so that the PET tracers can be quickly transported to IRP for immediate use in ongoing time-sensitive experiments. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Johns Hopkins Bayview Medical Center is the only vendor in the marketplace that can provide the services required by NIDA. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a sources sought notice was posted to FedBizOpps referencing the above detailed requirements and no responses were received. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Johns Hopkins Bayview Medical Center is capable of meeting the needs of this requirement. The intended source is: Johns Hopkins Bayview Medical Center, Inc. 4940 Eastern Avenue Baltimore, Maryland 21224 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, HHS-NIH-NIDA-SSSA-NOI-2017-734. Responses must be submitted electronically to Leon Wong, Contract Specialist, at leon.wong@nih.gov. U.S. Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2017-734/listing.html)
 
Place of Performance
Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04635275-W 20170819/170817232941-42fff19cfdb235d1f55d9dcffd51fb9a (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.