SOLICITATION NOTICE
99 -- Compound Chemical Library
- Notice Date
- 9/22/2017
- Notice Type
- Presolicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- 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
- HHS-NIH-NIDA-SSSA-SS-17-752
- Archive Date
- 10/11/2017
- Point of Contact
- Bruce E. Anderson, Phone: 3014021655
- E-Mail Address
-
bruce.anderson@nih.gov
(bruce.anderson@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA), on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a contract/purchase order to Charles River Discovery Research Services UK Limited, Chesterford Research Park, Saffron Walden, Essex, CB10 1XL, for the "Discovery UK Subscription Compounds Receptor and Ion channel Chemical Library." NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 325414 - Biological Product (Except Diagnostic) Manufacturing, with a size standard of 1,250 Employees. REGULATORY AUTHORITY The resultant contract/purchase order will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05- 2005-94 and 2005-95. Effective January 19, 2017 STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c)(1) under provisions of the statutory authority of FAR Subpart 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements". DESCRIPTION OF REQUIREMENT Project Description, Purpose and Objectives The purpose of this acquisition is to acquire one (1) library of 1,500 additional compounds to include in the NCATS library, which is used to identify new drugs and tool compounds to understand novel biology. The NCATS collection is plated in qHTS format, thus enabling large scale deorphanization of unprecedented mechanisms. Compounds are chosen for the library based on their potential to provide a high quality starting point for medicinal chemistry optimization of proof-of-concept tool compounds or therapeutic leads. Specifications/Requirements: • Documentation on synthesis routes for all compounds are required as part of this requisition. • The compounds are to be provided as dry film in 1.4 mL Matrix PP tubes organized in 96-well racks. • Shipment information must include chemical structures, identifiers and shipment map of compounds in the racks. • The library must contain 1,500 compounds that are designed to interact with the following target classes: voltage-gated ion channels; ligand-gated ion channels; Family A GPCRs; Family B GPCRs. • The library must be designed using known ligands as starting points but where novel compounds are designed using shape similarity and electrostatics similarity. • At least 50% of the library must contain spirocyclic scaffolds. The remainder of the library must contain novel bicyclic cores. • The compound library must be compliant with typical drug-discovery physicochemical property distributions such as solubility, log P, molecular weight, H-bond donor and acceptor counts. • The compounds in the library must be at least 90% pure. Period of Performance: Delivery to be made within approximately 4-6 weeks after receipt of tubes from NCATS. 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. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 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. 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. All responses must be received by Tuesday, September 26, 2017 by 5:00pm EST and must reference number HHS-NIH-NIDA-SSSA-SS-17-752. Responses must be submitted electronically to Bruce Anderson at bruce.anderson@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-SS-17-752, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA-SSSA-SS-17-752/listing.html)
- Place of Performance
- Address: 9800 Medical Center Dr., Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04690241-W 20170924/170922231118-3ad091a18dffb8f47029e1e08e229d12 (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 |