Missouri Bids > Bid Detail

Dose Response with targets >75% activity in SafetyScreen CNS Panel

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159933472874024
Posted Date: Feb 21, 2024
Due Date: Feb 21, 2024
Source: https://sam.gov/opp/a6c8483330...
Follow
Dose Response with targets >75% activity in SafetyScreen CNS Panel
Active
Contract Opportunity
Notice ID
75N95024Q00157
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 21, 2024 02:48 pm EST
  • Original Published Date: Feb 14, 2024 05:23 pm EST
  • Updated Date Offers Due: Feb 21, 2024 05:00 pm EST
  • Original Date Offers Due: Feb 21, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 07, 2024
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Saint Charles , MO 63304
    USA
Description

NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION

75N95024Q00157





TITLE: Dose Response with targets >75% activity in SafetyScreen CNS Panel



(i) This is a non-competitive 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; quotations are being requested and a written solicitation will not be issued.



(ii) The solicitation number is 75N95024Q00157 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 - Simplified Acquisition Procedures 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), NIDA Office of Acquisitions – National Center for Advancing Translational Sciences (NCATS) Section, on behalf of the NCATS intends to negotiate a firm fixed price contract without providing for full and open competition (Including brand-name) to Eurofins Panlabs, Inc. 6 Research Park Drive, St Charles, MO 63304. This acquisition is limited to this source because the Eurofins SafetyScreen CNS Panel is the only source. Eurofins is the industry standard for a safety panel with a comprehensive listing of off-targets; it was used to screen the lead compound from the DYT1 project to discover off targets at 10 micromolar concentration. This requisition is a follow up to that experiment to determine dose dependent activity and IC50 determination against targets where we observed activity >75%.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective January 22, 2024.



(iv) The associated NAICS code is 541380 and the Small Business size standard is $19M. This requirement is non-competitive and no set-aside restrictions are applicable.



(v) As a part of a collaboration between NCATS and Duke we have discovered potent small molecules that normalize abnormal distribution of torsin A protein that have the del E mutation in the DYT1 gene. As we are progressing these compounds in a lead optimization campaign where we are optimizing activity in a phenotypic assay and DMPK properties, it is imperative that we cross check for coactivities against a standard panel of protein targets.

This order will verify dose dependent activity in targets where we observed >75% activity at 10 micromolar concentration.

(vii) The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated delivery is:



Period of Performance is February 24, 2024 – March 23, 2024



(viii) Delivery Location:



The National Center for Advancing Translational Sciences (NCATS)

9800 Medical Center Drive

Rockville, MD 20850



(ix) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.



(x) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.



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)].



(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(xi) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer.



(xii) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.



The following FAR provisions or clauses are incorporated by reference:



52.204-7, System for Award Management (Oct 2018)

52.204-13, System for Award Management Maintenance (Oct 2018)

52.204-16, Commercial and Entity Code Reporting (Aug 2020)

52.204-18, Commercial and Entity Code Maintenance (Aug 2020)

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Nov 2021)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).

Invoice and Payment Instructions (3/2023)



(xiii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition



(xiv) HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A - Health Resources Priorities and Allocations System.



(x) The offeror must complete and return FAR 52.204-24 with its offer.



(xi) 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.



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), 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 be received by February 21, 2024, 5:00 pm, Eastern Standard Time and reference number 75N95024Q00157. Responses shall be submitted electronically to Michelle Cecilia, Contracting Officer, michelle.cecilia@nih.gov.



Fax responses will not be accepted.



(xii) The name of the individual to contact for information regarding the solicitation:

Michelle Cecilia, Contracting Officer, michelle.cecilia@nih.gov


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >