Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOLICITATION NOTICE

65 -- iCell and MyCell induced pluripotent stem (iPS) cell-derived differentiated cells

Notice Date
9/8/2020 12:28:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00314
 
Response Due
9/11/2020 12:00:00 PM
 
Archive Date
09/16/2020
 
Point of Contact
Kimberly Espinosa, Phone: 301-827-3546
 
E-Mail Address
kimberly.espinosa@nih.gov
(kimberly.espinosa@nih.gov)
 
Description
(i)�������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95020Q00314 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, and FAR Part 12�Acquisition of Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, dated August 31, 2020. (iv)������ The associated NAICS code is 325414 and the Small Business size standard is 1,250 employees. This requirement is non-competitive. No set aside restrictions are applicable. (v)������� THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (including brand name) to Fujifilm Cellular Dynamics, Inc., 465 Science Dr, Madison, WI 53711-1000. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted that identified no other sources of supply or service capable of achieving this Government requirement. The required cells must be identical in all respects to cells previously obtained for this project to allow for a direct comparison between data. Obtaining cells from any other vendor would result in differences between the cells that may compromise the ability to do a direct comparison. Therefore, due to the continuity of science, the cells must be obtained from Fujifilm Cellular Dynamics, Inc. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). DESCRIPTION (vi)������ The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) requires iCell and MyCell induced pluripotent stem (iPS) cell-derived cardiac progenitor cells kit, cardiomyocytes kit, hepatocytes kit, motor neurons kit, dopaneurons kit, glutaneurons kit, gabaneurons kit, and mycell dopaneurons. See attached RFQ for list of required items. (vii)����� The anticipated delivery date is three (3) weeks from the date of award. Delivery shall be made to the below address, FOB Destination. ����������� 9800 Medical Center Drive ����������� Rockville, MD� 20850 (viii)���� The anticipated award date is September 16, 2020. (ix)������ The Government anticipates issuing a firm fixed-price purchase order resulting from this solicitation. The resulting order will be issued to Fujifilm Cellular Dynamics, Inc. after an evaluation of Fujifilm Cellular Dynamics, Inc.�s technical capability and price. If any other responsible source(s) submit a quotation, the Government plans to award the purchase order to the vendor who represents the best value to the Government. Best value will be determined by evaluating quotations, using comparative evaluations, using the following criteria: Technical Capability, Past Performance, and Price. SUBMISSION INSTRUCTIONS (x)������� All responses to this RFQ must be received by 3:00pm Eastern Time on Friday, September 11, 2020 and must reference the solicitation number cited above. Responses must be submitted via email to Kimberly Espinosa at kimberly.espinosa@nih.gov. (xi)������ This is an RFQ. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this RFQ must be completed by the quoter. (xii)����� Responses to this RFQ must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� Responses must also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, and the completed representations in FAR Provisions 52.204-24 and 52.204-26 (attached). (xiii)���� The response shall contain a quotation that includes: 1. The total price (including shipping) 2. Individual unit prices for each listed item/service 3. Delivery days after issuance of purchase order 4. Delivery terms 5. Prompt payment discount terms 6. Product or catalog number(s) 7. Product description 8. 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; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. (xiv)���� All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. (xv)����� For information about this RFQ, contact Kimberly Espinosa, Contracting Officer, at 301-827-3546 or kimberly.espinosa@nih.gov. TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (xvi)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition and are incorporated by reference: 1. The provision at FAR 52.204-7, System for Award Management (Oct 2018) 2. The provision at FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 3. The provision at FAR 52.212-2 Evaluation�Commercial Items (Oct 2014) 4. The provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Aug 2020) 5. The provision at FAR 52.225-2, Buy American Certificate (May 2014) (xvii)��� The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at www.acquisition.gov or �https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html. In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference: 1. The clause at FAR 52.204-13, System for Award Management Maintenance (Oct 2018) 2.�The clause at FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 3.�The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) 4.�The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (xviii)�� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xix)���� No additional contract requirement(s) or terms and conditions apply to this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/433caccfa02549f1a4d12bd429b89acf/view)
 
Record
SN05790119-F 20200910/200908230155 (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 |
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.