SOURCES SOUGHT
A -- Chemical Screening and Optimization Facility
- Notice Date
- 1/8/2018
- 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 Alcohol Abuse and Alcoholism, R&D Contracts Management Branch, 5635 Fishers Lane, Room 3016, MSC 9304, Bethesda, Maryland, 20892-9304
- ZIP Code
- 20892-9304
- Solicitation Number
- NIH-NICHD-CRB-2018-13
- Archive Date
- 2/7/2018
- Point of Contact
- Kesha L. Williams, Phone: 3014026594, Jacquelin Jones, Phone: 3014356965
- E-Mail Address
-
williamskl@mail.nih.gov, jackie.jones@mail.nih.gov
(williamskl@mail.nih.gov, jackie.jones@mail.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, service-disabled, veteran-owned small businesses; 8(a) small businesses; HUBZone 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. Background: The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD Contraception Research Branch (CRB) seek capability statements from interested and qualified potential sources for the NICHD Chemical Synthesis and Optimization Facility. The Contraception Research Branch supports research and research training programs in contraceptive use, discovery and development. Major research areas include (1) studies of mechanisms of action and effects of approved contraceptive methods and reproductive hormones, (2) evaluation of novel methods under development (drugs, devices, and procedures), and (3) development and evaluation of optimal formulations and dosages of contraceptive agents and spermicidal microbicides. The Contraception Research Branch 's need to identify and optimize contraceptive agents has existed since the inception of the contraceptive research and development program. The Chemical Screening and Optimization Facility (CSOF) is used by the Contraception Research Branch to provide material support of research for the discovery, chemical optimization and development of male and female contraceptive methods along all stages of the early development pipeline. This is done as a partnership between the NIH, CSOF staff, and NIH grantees who are given access to CSOF services. The CSOF is critical for the identification, optimization and early stage development of compounds for preclinical testing. The CSOF is responsible for supporting the identification and small-scale production of research grade active compounds for preclinical testing. The CSOF also provides technical expertise and capabilities for early stage pharmaceutical product development. The execution of these varied tasks requires scientific expertise and capability in the areas of medicinal chemistry, assay development, high throughput screening, x-ray crystallography, molecular modeling, mass spectrometry, nuclear magnetic resonance and pharmacology. Access to expertise in reproductive biology is essential. The CSOF must be able to analyze compounds on site, and properly store synthesized compounds in a repository for use on demand. This joint effort between the CSOF, NIH staff, and NIH grantees requires effective communication taking place on a regular basis among all participants. It requires maintenance of secure, up-to-date records of all activities and the ability to share documents as required. Compound inventory needs to be maintained and compound deliveries tracked. Potential sources must demonstrate and document the following in their capability statements: • The following capabilities should be available at the applicant's institution: o Capability to design and synthesize New Chemical Entities (NCEs) for which routes of synthesis are not established. o Capability to demonstrate broad versatility and strong synthetic chemistry ability o Capability to synthesize, purify and characterize specific compounds as requested in amounts from mg to gram scale with associated purity information and with confirmation of structure, including but not limited to chromatographic data, IR (Infrared), NMR (Nuclear Magnetic Resonance), UV (Ultraviolet) and MS (Mass Spectroscopy). o Capability to provide optical rotation, elemental analysis and/or x-ray structure confirmation of any compounds synthesized upon request. o Capability to label, catalogue and store synthesized compounds under proper laboratory storage conditions, maintaining current records of compound identification, quantity, purity and all associated analytical data. o Capability to package, deliver, and distribute compounds as requested in writing by the government according to local, state and federal laws and regulations. o Capability to provide x-ray crystal structures either directly or through sub-contract o Capability to provide molecular modeling support o Capability to provide the material resources necessary for chemical synthesis and analysis, including MS equipment, cell culture facilities, etc. o Capability to provide access to the Government for all information directly related to the contract including but not limited to all bound laboratory notebooks or e-notebooks (which must be used to record data), spectral, analytical and chromatographic data. • The following capabilities are required but may be outsourced: o Capability to provide reproductive biology expertise o Capability to provide peptide synthesis on a laboratory milligram to gram scale. o Capability to develop cell based screening assays o Capability to provide animal studies to support pharmacokinetic research o Capability to provide radio-labeled syntheses of compounds with specific radioactivity, either directly or through sub-contract. Capability statements submitted as a result of this announcement should demonstrate the offerors' qualifications and experience, specifically providing evidence as to their capability to perform this requirement, with particular attention to the following: • Experience in conducting and managing similar projects, and complies with standards and guidelines as well as industry best practices including: • Resumes of proposed personnel shall be submitted. This factor includes: ability for personnel to perform their proposed roles; experience and training for performing the required tasks. • Organizational Capacity will evaluate the organizational capacity of the Offeror's facilities and research environment. This includes: organizational support, equipment and other physical resources; effectiveness of the proposed features of the organizational environment, infrastructure, and/or personnel for the project proposed. Personnel/Management: adequacy, appropriateness and relevance of expertise, experience, qualifications, and availability of the key professional and technical staff with a project of similar size, scope, and complexity. Past Performance: Past performance is considered essential. In addition to demonstrating that your organization has met the above qualifications. Interested parties must identify at least three other projects of similar size and complexity. Responses: Capability statements in response to this announcement should be no longer than 15 pages inclusive of all material. Responses will be evaluated on the basis of experience, expertise, and capabilities in the areas cited above. The anticipated contract type will be an Indefinite Delivery Indefinite Quantity Task Order contract with an ordering period of 5 years. The RFP is anticipated to be posted on or about February 20, 2018 on FedBizOpps (FBO) website: http://www.fedbizopps.gov. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the 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). Small businesses that believe they possess the capabilities necessary to undertake this project should submit electronic copies of their capability statement, addressing the areas above. Please limit responses to 15 pages or less. Any proprietary information should be so marked. Capability Statements should be received by the Contract Specialist no later than 2:00 PM Eastern Time on January 23, 2018. Capability statements must identify the business status of the organization (i.e. educational institution, non- profit, large business, small business, 8 (a), or other corporate or non-corporate entity). Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort;(2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as principal investigator and/or project officer: (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration, and a statement regarding industrial security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAAA/NIH-NICHD-CRB-2018-13/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04783896-W 20180110/180108231354-8226a743cdb6f5d0809d993324d17169 (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 |