SOLICITATION NOTICE
R -- Notice of Intent to Sole Source: Molecular Contrast Image Agent Development Scientific Research Support
- Notice Date
- 9/12/2023 1:13:50 PM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00676-NOI
- Response Due
- 9/18/2023 6:00:00 AM
- Archive Date
- 10/03/2023
- Point of Contact
- Renato Gomes
- E-Mail Address
-
renato.gomes@nih.gov
(renato.gomes@nih.gov)
- Description
- THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD ON A SOLE SOURCE BASIS. THIS IS NOT A REQUEST FOR QUOTE/PROPOSALS. The Laboratory of Functional & Molecular Imaging (LFMI) within the National Institute of Neurological Disorders and Stroke (NINDS) in collaboration with the Center for Neuroscience and Regenerative Medicine within the Uniformed Services University of the Health Sciences and the National Institute of Health (USUHS/NIH CNRM) requires scientific research support services in the domain of molecular contrast image agent development. This requirement is for a 30-day Base period with 2 Option Periods of 30-day each, which NIH intends to award on a sole-source basis to Team Placement Service Inc. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 541990 with a Size Standard of $19.5M. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2023-05, dated 9/7/2023. BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT The Laboratory of Functional & Molecular Imaging (LFMI) within the National Institute of Neurological Disorders and Stroke (NINDS) in collaboration with the Center for Neuroscience and Regenerative Medicine within the Uniformed Services University of the Health Sciences and the National Institute of Health (USUHS/NIH CNRM) requires scientific research support services in the domain of molecular contrast image agent development. The scientific research support services on the pre-clinical work in the domain of molecular contrast image agent development are required to establish a non-invasive methodology, which could produce noninvasive imaging biomarkers for traumatic brain injury (TBI) as well as the development of the modular components of the molecular contrast agents for PET and eventually MRI. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION Team Placement Service Inc is the only contractor who has the expertise and contractor personnel with experience on the current research on the pre-clinical work in the domain of molecular contrast image agent development being performed at NINDS LFMI. The proposed contractor has unique qualifications to perform this requirement and is the only organization that has personnel with experience to perform the specific work to: (1) establish a non-invasive methodology, which could produce noninvasive imaging biomarkers for traumatic brain injury (TBI), (2) work on in vitro, in vivo, and ex vivo molecular contrast imaging, which will provide high sensitivity direct assessments of brain pathology. (3) the molecular contrast agents shall be quantitatively assessed with positron emission tomography (PET), (4) the PET derived biomarkers shall be examined and validated in radiological and pathological correlation analysis, (5) development of the modular components of the molecular contrast agents for PET, and (6) expertise in protein chemistry, protein engineering, molecular biology, immunoassays, cell culture, immunohistochemistry, and laboratory management. As there is no viable alternative service provider at this time, and only one authorized provider, the Government intends to issue an award on a sole-source basis to the following contractor: Team Placement Service Inc, located at�1414 Prince Street, Suite 202,�Alexandria, VA 22314 Contract Type: A firm-fixed price type contract with Base and three (3) option periods is planned for this acquisition, consistent with commercial practices. CLOSING STATEMENT THIS NOTICE OF INTENT TO AWARD ON A SOLE-SOURCE BASIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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 to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin). The Unique Entity ID from 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.� All responses must provide evidence that they can provide equipment that meets all of the requirements in this announcement. All responses must be received by 9 a.m., Eastern Time, on September 18, 2023, and must reference the notice number 75N95023Q00676-NOI. Responses must be submitted electronically to Renato Gomes, Contract Specialist, NINDS Section, CMB Red, Office of Acquisitions, National Institute on Drug Abuse, NIH, electronically at renato.gomes@nih.gov. U.S. Mail and Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e807c788ea684bfe88c4ad775eca647f/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06827747-F 20230914/230912230103 (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 |