SOLICITATION NOTICE
Q -- Determining Kinases Inhibition by GSK3 Inhibitors
- Notice Date
- 9/12/2024 2:19:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024Q00588
- Response Due
- 9/18/2024 6:00:00 AM
- Archive Date
- 10/03/2024
- Point of Contact
- Michelle Cecilia, Phone: 3018277199
- E-Mail Address
-
michelle.cecilia@nih.gov
(michelle.cecilia@nih.gov)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: �Determining Kinases Inhibition by GSK3 Inhibitors �(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; proposals are being requested and a written solicitation will not be issued. (ii)�� �The solicitation number is 75N95024Q00588 and the solicitation is issued as a request for quotation (RFQ).� This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. � 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), Office of Acquisition (OA), 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 Life Technologies Corporation, for determining Kinases Inhibition by GSK3 Inhibitors. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). In the past seven years, we have been using this service to obtain human kinase inhibition data for our malaria project from this vendor. Thousands of data points have been generated. We will use these human kinase inhibition data to build a database for artificial intelligence and machine learning purpose. We will include the human kinase inhibition data obtained in this GSK3 project into the same database. This database will help our medicinal chemists to design novel and highly selective GSK3 inhibitors. Since a good database requires high quality of data, studies from the same vendor would provide quality of data being uniform, accurate, and coherent across various projects. In the past 7 years, we have obtained consistent and timely results from this vendor. For our purpose, it limits the availability to a sole source to support the TDB GSK3 optimization project. (iii)�� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-06, dated July 30, 2024 (iv)�� �The associated NAICS code 541380 and the small business size standard is $19 million. This requirement is full and open. No set-aside restrictions. �� �DESCRIPTION (vi) �� �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. �The National Center for Advancing Translational Sciences �(NCATS) is a translational science center that prides itself on its tremendously productive pipeline and is innovative in a number of ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, in order to ultimately translate basic science into real products and services that help improve people�s lives. Included in this process is the development of unique chemical material as a probe to investigate the mechanisms of diseases and to potentially assist in the development of new methods of treating such diseases.� CTNNB1 syndrome is a severe rare monogenetic neurodevelopmental disorder with no current treatment. It is characterized by cognitive and motor disabilities that severely impact the quality of life for these patients. Studies from Tufts University showed that GSK3 inhibifors correct core molecular and behavioral phenotypes in the CTNNB1 preclinical models. Recently, NCATS has accepted a proposal from Michele Jacob from Tufts University and Michel Weiwer from Broad Institute of MIT and Harvard University to develop a novel series of GSK3 inhitors for treating CTNNB1 syndrome. It is important to measure newly developed compounds� activity against human lipid kinases so that we can develop a strategy to keep the GSK3 activity and remove/reduce other human kinase inhibitory activities. General Requirement Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: Specifically, the contractor shall achieve the scope of the work to obtain kinases� percent inhibition for 5000 data points at one concentration and 400 IC50 curves of malaria compounds. The data point is the kinase�s percent inhibition. It is generated through the biochemical assay for human kinase inhibition which is usually carried out at 1 uM or 500 nM concentration with n=2 (duplicate). The IC50 curve contains 10 data points with dose response (range from 2.28 nM to 46 uM) which is more labor intense. NCATS has been regularly using both services to measure malaria compounds� activity against human lipid kinases in previous years. (vii)�� �The Government anticipates award of a firm fixed-price contract for this acquisition, with a 4 week base period of performance. (viii)�� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: �https://www.acquisition.gov/browse/index/far � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far � � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2024) NIH Invoice and Payment Provisions (Mar 2023) (ix)�� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)�� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2023), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.� (xi)�� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)�� �There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)�� �The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.� (xiv)�� �Responses to this solicitation 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.� The Unique Entity ID (UEI), 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 offers must be received by 9:00 a.m., Eastern Daylight/Standard Time, on September 17, 2024 and reference solicitation number 75N95024Q00588. Responses must be submitted electronically to Michelle Cecilia, Contracting Officer at michelle.cecilia@nih.gov. Fax responses will not be accepted. ATTACHMENTS �� �The following apply to this acquisition and are attached:� 1.�� �Statement of Work 2.�� �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (May 2024)� 3.�� �FAR 52.212-4, Addendum 4.�� �NIH Invoice and Payment Provisions (3/2023)� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/976033423ca54b528c10cc2f533bcffc/view)
- Place of Performance
- Address: Carlsbad, CA 92008, USA
- Zip Code: 92008
- Country: USA
- Zip Code: 92008
- Record
- SN07208745-F 20240914/240912230119 (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 |