SPECIAL NOTICE
A -- A--Notice of Intent to Sole Source
- Notice Date
- 8/19/2025 11:02:44 AM
- Notice Type
- Special Notice
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
- ZIP Code
- 20170
- Solicitation Number
- 140D0425Q0740
- Response Due
- 9/3/2025 2:00:00 PM
- Archive Date
- 09/05/2025
- Point of Contact
- Murphy, Timothy, Phone: 571-895-5696
- E-Mail Address
-
timothy_murphy@ibc.doi.gov
(timothy_murphy@ibc.doi.gov)
- Description
- NOTICE OF INTENT TO SOLE SOURCE NIH NCATS Proteome-wide Cellular Thermal Shift Assay (CETSA) analysis of RR-Hydroxynorketamine (RR-HNK) This synopsis is issued in accordance with Federal Acquisition Regulation (FAR) 5.203 and FAR subpart 13.1 in response to the requirement for 15-day notification. This notice advises that subject to the availability of funds, the Government intends to solicit and establish a sole source, Firm-Fixed-Price (FFP) purchase order for a non-commercial service to only one source, Pelago Bioscience AB (UEI � PXCTD3HCRKN4) under the authority of 41 U.S.C 1901 as implemented by FAR 13.106-1(b)(1). The proposed purchase order will provide the results of the Pelago Bioscience AB assay service to the U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), The National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI). NCATS DPI requires the results of this specialized service provided by Pelago Bioscience AB. It is critical to ensure the data and methods are consistent through the project. Previous services have been completed with the same exact assay and service from Pelago Bioscience AB. The essential characteristics of this non-commercial service require Pelago Bioscience AB to continue to provide this same assay service as they have provided previously so that this development project provides a comparable sample analysis. Period of Performance - The period of performance is 5-months from the date of the award. Place of Performance � Work will be performed at the contractor facility in Solna, Sweden. Requirements: See Attachment 1 Draft Statement of Work This notice of intent is not a request for competitive quotations and no solicitation will be made available. Sources interested in responding to this notice are required to submit a capability statement that includes information in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required service agreement, as indicated in Attachment 1. All capability statements received by the due date of this notice will be considered by the Government. A determination by the Government not to compete based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF via email to the Contracting Officer, Timothy Murphy, at timothy_murphy@ibc.doi.gov with a copy to the Contract Specialist, David Whitby, at david_whitby@ibc.doi.gov. The closing date for challenges is no later than 5 PM ET on September 3, 2025. Late responses will not be accepted. The maximum file size of the submission shall not exceed 20 MB. Paper copies will not be accepted. Any submission in response to this notice must show clear and convincing evidence as well as contain sufficient detail to show that the vendor can meet the Governments need and that competition would be advantageous to the Government. Submissions will be evaluated solely for the purpose of determining whether to conduct a competitive procurement. Marketing brochures and/or generic company literature will not be considered. Submissions must: - Not exceed five (5) pages. Tables, graphs, etc. will count against the total page count. - Be in a Microsoft Office (i.e., Microsoft Word, PowerPoint, Excel, etc.) or Adobe Acrobat compatible format. - Not contain text smaller than 11-point font. Font size smaller than 11 may be used to label tables and graphs, but may not be smaller than 8-point font. - Clearly mark proprietary information and trade secrets, if any, on all materials. - The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned. In addition, the Government will not reimburse for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/882106c2531948e398cb94570564e74b/view)
- Record
- SN07556393-F 20250821/250819230044 (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 |