Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOURCES SOUGHT

A -- Synthetic Peptides & Other Drugs of Abuse – Purity Determination, Stability Testing & Quantitative Analysis

Notice Date
11/17/2017
 
Notice Type
Sources Sought
 
NAICS
#541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SBSS-18-005
 
Point of Contact
Tracy Cain, Phone: 301-443-6677, Andrew Hotaling, Phone: 301-443-6677
 
E-Mail Address
tracy.cain@nih.gov, andrew.hotaling@nih.gov
(tracy.cain@nih.gov, andrew.hotaling@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Small Businesses; HUBZone Small Businesses; Service-Disabled, Veteran-Owned Small Businesses; 8(a) Small Businesses; Veteran-Owned Small Businesses; Woman-Owned Small Businesses; or Small Disadvantaged Businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. PROJECT REQUIREMENTS: The National Institute on Drug Abuse (NIDA) is seeking capability statements from small businesses with the capability to do the following: (1) analyze and establish the purity of peptides that are synthesized through a separate NIDA contract, and also of those peptides that are obtained by NIDA for medication development, (2) regularly monitor the stability and purity of these peptides, and (3) to develop and perform assays to analyze and authenticate the purity of various of drugs of abuse in the NIDA drug supply inventory as needed. The prospective offeror must possess the necessary equipment and facilities for this project. Additionally, it must have extensive experience in general purity determination of peptides and in opioid peptides specifically. MANDATORY REQUIREMENTS: In order to handle substances under the Controlled Substances Act of 1970, it is mandatory that the successful contractor possess a DEA Research Registration for Schedules II to V and demonstrate the capability to obtain a DEA registration for Schedule I controlled substances. CAPABILITY STATEMENT/INFORMATION SOUGHT: The established NAICS code is 541715. Information submitted should be relevant and specific in the technical area under consideration, on each of the following qualifications: 1) Experience: An outline of previous similar projects, specifically the techniques employed in the areas described above; 2) Personnel: Name, professional qualifications and specific experience in the work requested and knowledge of, and experience in, the field of drug abuse research; 3) Facilities: Availability and description of the facilities and equipment required to conduct this type of work; 4) demonstrated capability to obtain the DEA registrations discussed above. Also, we will consider appropriateness of professional and technical personnel classifications; any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented. Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but is not limited to, government and commercial contracts the organization performed, references (i.e., names, titles, telephone numbers) and any other information serving to document the organization's capability (e.g., awards, commendations, etc.). All capability statements must provide the following: 1) company name and address; 2) point of contact; 3) phone/fax/email; 4) NAICS Code(s); 5) business size and status; 6) capability information in response to the requirement and qualifications identified in this notice; and 7) type of small business your organization classifies itself as (i.e.: Women-Owned, HUBZone, etc.). Written capability statements must be RECEIVED NO LATER THAN December 1, 2017, and mailed to the Contracting Office Address below, Attn: Tracy Cain. Electronic capability statements will be accepted by the primary point of contact. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. 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/NIDA-01/HHS-NIH-NIDA-SBSS-18-005/listing.html)
 
Record
SN04743587-W 20171119/171117230751-71bce41b460cfb957685bb8844d9749b (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.