Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SOLICITATION NOTICE

65 -- Pre-solicitation Notice of Intent Non-Competitive

Notice Date
6/21/2022 1:20:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NCATS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95C22P00075
 
Response Due
6/27/2022 8:00:00 AM
 
Archive Date
07/12/2022
 
Point of Contact
Rhanda Lopez, Phone: 3015948936
 
E-Mail Address
rhanda.lopez@nih.gov
(rhanda.lopez@nih.gov)
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. �� THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Center for Advancing Translational Sciences (NCATS), a center of the National Institutes of Health, intends to negotiate and award a purchase order without providing for full and open competition (including brand name) to Life Technologies Corporation, 3175 Staley Rd., Grand Island, New York 14072, for 160 Essential 8 Supplement 50X 10mL. � NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 325414 with a Size Standard of 1250. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 22-2022-06 dated 04/26/2022. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Purchase Description 160 bottles of Essential 8 Supplement 50X 10mL. Purpose and Objectives Ongoing research projects in SCTL focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells. To achieve these aims, SCTL performed rigorous internal tests of a variety of stem cell culture systems from several vendors and concluded that the Gibco medium and supplements meets our specific requirement, including supporting stem cell pluripotency maintenance, multi-lineage differentiation and 3-D culture. Any cell culture media used in this context must meet specific measurements of purity and consistency from batch to batch to provide consistent cell growth and viability. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Responses to this notice must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and 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; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (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 purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.� In addition the Unique Entity Identifier (UEI) issued by the System for Awards Management (SAM.gov), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.�� Responses must be submitted by email to Rhanda Lopez, at rhanda.lopez@nih.gov no later than June 27, 2022 at 11 a.m. Eastern Standard Time, and must reference solicitation number 75N95C22P00075.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/74d46a1738594ae598a522bff06c93fc/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06364093-F 20220623/220621230104 (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.