SOURCES SOUGHT
Q -- Solubility stability and toxicology studies are needed to advance NIH developed novel drug candidates into the clinical arena
- Notice Date
- 8/11/2020 1:03:07 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-231
- Response Due
- 8/17/2020 6:00:00 AM
- Archive Date
- 09/01/2020
- Point of Contact
- Amber Harris
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Description
- SOURCES SOUGHT NOTICE (Solubility stability and toxicology studies are needed to advance NIH developed novel drug candidates into the clinical arena) AGENCY: �The National Institutes of Health, National Institutes of Diabetes and Digestive and Kidney Diseases (NIDDK) TITLE: Solubility stability and toxicology studies are needed to advance NIH developed novel drug candidates into the clinical arena PROPOSED SOLICITATION NUMBER: NICHD-20-231 PROJECT SERVICE CODE: Q301 - MEDICAL- LABORATORY TESTING This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. There is no solicitation available at this time. The purpose of this notice is to obtain information regarding: (1) the availability and capability of all 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 according 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 NIDDK Laboratory of Bioorganic Chemistry, �Molecular Recognition Section Needed for the continuation of drug candidates evaluated in the following NIH publication: Chen Z, Janes K, Chen C, Doyle T, Bryant L, Tosh DK, Jacobson KA, Salvemini D. Controlling murine and rat chronic pain through A3 adenosine receptor activation. FASEB J. 2012 May; 26 (5):1855-65 The objective is to have eight of our novel drugs tested for safety solubility and bioavailability. Preclinical testing is needed for drug discovery projects. These are standard tests that are predictive of safety for new drug substances. Independently, and not as an agent of the Government, the contractor shall provide services to provide testing for the NIDDK Laboratory of Bioorganic Chemistry, Molecular Recognition Section. All qualified small businesses, 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; interested in submitting a corporate capability statement should demonstrate their capability to provide equipment that meets the characteristics below. SALIENT / REQUIRED FEATURES AND SPECIFICATIONS: Our requests are for CRO services to characterize the ADME-tox of experimental drug-like substances needed for possible translational research. This is essential to determine if a particular compound or substructure within a compound is suitable for progression into more advanced testing. These standard preclinical tests are needed for anticipated �derisking� (i.e. detect obvious liability in potential drug candidates) in coming months. This testing must be consistent with all previous testing. This is the second set by this vendor (POTS 18-008405). the requested vendor has provided data consistent with the previous vendor that we can no longer use due to price and billing issues. Any competitive vendor must abide by the exact protocols used by JRF. Any deviance from these established protocols will require further testing to ensure that data from many years ago can be compared to the data generated in this request. Task Area 1 � The samples will be tested on site at the Jai Research Foundation facility in Valvada, INDIA. The sample will be supplied by NIH and shipped via NIH shipping and FedEx at room temperature. The company will be responsible for the customs clearance. Sample will be shipped in several groupings for a total of 8. SPECIAL INSTRUCTIONS: This acquisition is being conducted under the authority of FAR Part 13.5 Simplified Acquisition Procedures. The vendor will be evaluated on their quoted product meeting the specifications under section SALIENT / REQUIRED FEATURES AND SPECIFICATIONS. If you or your firm/business has an interest and possess the required expertise we invite you to submit a corporate capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The associated NAICS code is 541380, Testing Laboratories, and the small business size standard is $16.50. �All respondents are requested to identify their firm's size and type of business. Interested firms responding to this Sources Sought Notice should adhere to the following: (a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain sufficient detail for the Government to make an informed decision regarding your capabilities. The capability statement should not exceed 15 pages using a font size 10 or larger. (b) Small business concerns that possess the capabilities necessary to undertake the efforts should submit complete documentation of their capabilities to the Contracting Officer. This capability statement should include: 1) the total number of employees, 2) the professional qualifications of scientists, medical experts, and technical personnel as they relate to the requirements, 3) a description of general and specific facilities and equipment available, including computer equipment and software, and 4) any other specific and relevant information that would improve the Government's consideration and evaluation of the information presented. Further, Past Performance documentation, which should include, but not be limited to, a minimum of two (2) contracts performed for either Government or commercial organizations shall be provided. References shall include for each contract: names, titles, contract number, total price or cost, telephone numbers of government Contracting Officer Representative and Contracting Officers. (c) All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). The subject line must specify NICHD-20-231. Facsimile responses will not be accepted. Electronically submitted capability statements are due no later than 9:00 AM (Eastern Prevailing Time) seven (7) calendar days (including date of submission to https://beta.sam.gov) after posting of the Small Business Sources Sought Notice. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c725ad2184d94e349a17118531dd321e/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05753803-F 20200813/200811230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |