Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2022 SAM #7457
SOURCES SOUGHT

65 -- Sources Sought: Cisbio HTRF cAMP Gs Dynamic Kit (Brand-name or equal)

Notice Date
4/29/2022 9:06:32 AM
 
Notice Type
Sources Sought
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00219
 
Response Due
5/6/2022 6:00:00 AM
 
Point of Contact
Renato Gomes
 
E-Mail Address
renato.gomes@nih.gov
(renato.gomes@nih.gov)
 
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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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 may submitted a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background: The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. NCATS is one of 27 Institutes and Centers at the NIH and its mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. NCATS is pursing small molecule probes targeting Adenylyl Cylase 1 (AC1) as opioid alternative for chronic and inflammatory pain. Using stable AC1 overexpressing cell lines for screening, and AC8 overexpressing cell lines for counterscreening, NCATS intends to miniaturize an assay into a high-throughput 1536 well format to rapidly screen and identify AC1 inhibitors. In this case, NCATS shall use the HTRF (Homogeneous Time Resolved Fluorescence) assay technology to measure cAMP in a non-separation, high throughput format intended for the direct quantitative determination of cAMP. This assay technology has been vetted by NIH on the NIH Assay Guidance Manual and has successfully been used to screen several large libraries in 1536 well format with high reproducibility and low false positives at NCATS.� Purpose and Objectives: The National Center for Advancing Translational Sciences (NCATS) seeks to purchase a cAMP assay kit to probe adenylyl cyclase 1 (AC1), a G protein-coupled receptor for pain management as part of the HEAL (Helping to End Addiction Long-term) initiative, and screen NCATS compound libraries in a 1536-well high-throughput format. Counterscreening will also be conducted using the HTRF cAMP assay kit. Project Requirements: For reference purposes, the Assay Kit that meets the need of this requirement is the Cisbio HTRF cAMP Gs Dynamic Kit (Brand-name or equal), as follows: HTRF� cAMP Gi Assay kit 100,000 tests, Part Number: 62AM9PEJ, Quantity: 1 ea. HTRF� cAMP Gs Dynamic Assay kit 20,000 tests, Part Number: 62AM4PEC, Quantity: 2 ea. See the attached Purchase Description for the complete list of brand-name items, descriptions, and salient characteristics. Contract Type and Anticipated Period of Performance / Delivery Date: The Government anticipates awarding a firm fixed-price purchase order under a future solicitation. The anticipated delivery date is within four (4) weeks after receipt of order (ARO). Delivery shall be made to the below address with FOB Destination. National Center for Advancing Translational Sciences (NCATS), 9800 Medical Center Drive, Rockville, MD 20850 In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Respondents must provide clear and convincing documentation of their capability of providing the products specified in this sources sought notice. Moreover, interested vendors must provide a capability statement for: the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; and information regarding respondents�: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. written capability statements should demonstrate organization�s capability to provide the brand-name or equal items listed in the Project Requirements section above. If the entity believes to be an authorized resellers of the brand-name product specified in this announcement or it desires to offer an equal product, the entity�s capability statement must include: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the Project Requirements section above; and country of manufacture of the product. The respondent must also provide their Unique Entity ID (UEI) number, organization name, address, point of contact, GSA Schedule (if any), and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. Submission Instructions: � One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) pages.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist.� Facsimile responses are NOT accepted. Responses must be received by 9:00 a.m., Eastern Time, on May 6, 2022, and reference Sources Sought Number 75N95022Q00219. Responses must be submitted by email to Renato Gomes, Contract Specialist, renato.gomes@nih.gov. �Disclaimer and Important Notes:� 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 presolicitation 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
SAM.gov Permalink
(https://sam.gov/opp/b5cc116928c54923b35c4d844e967ef0/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06313142-F 20220501/220429230101 (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.