United States - ADME Testing of Drug Compounds (noncompetitive)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
14 June 2019
Opportunity publication date
04 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 03, 2019 12:28 pm

NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION

Title: ADME testing of drug compounds

 (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 75N95019Q00176 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 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 – NCATS Section, 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 Cyprotex US, LLC, 313 Pleasant St., Watertown, MA 02472, for ADME testing of drug compounds provided by NCATS.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 dated May 6, 2019.

(iv) The associated NAICS code is 541380 and the small business size standard is $15 million. There are no set-aside restrictions.

(v) The line items consist of the following ADME services in accordance with the attached statement of work:

1. ADME services (Solubility, PAMPA, and Microsomal Stability)
2. ADME services (Express LC-MS/MS Method Development, Hepatocyte Stability (Mouse + Rat))
3. ADME services (Express LC-MS/MS Method Development, Caco-2 Permeability (Bi-directional))

(vi) The attached statement of work provides additional background and description of these services.

(vii) Delivery shall be to:

The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850

Delivery is 2 to 3 months after receipt of materials from NCATS, as described in the attached statement of work.

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

(ix) Offers will be evaluated for technical criteria, price, and past performance using a comparative approach. Technical criteria consist of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price.

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

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

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition. The following clauses in FAR 52.212-5(b) apply:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)
52.222-50 Combating Trafficking in Persons (Mar 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-1, Buy American—Supplies (MAY 2014) (41 U.S.C. chapter 83).
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)

In addition, the following FAR provisions are applicable to this solicitation and 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 Government Entity Code Reporting (Jul 2016); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).

(xiii) 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. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement.

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 provided by the offeror or presented on offeror’s standard quotation form shall include:

1. Name of Company.
2. Street Address, City, State, Zip code.
3. Name of Person, telephone number, and e-mail address of person authorized to provide quote.
4. DUNS number.
5. Period of Performance OR Delivery Date After Receipt of Order.
6. Contract number (and title) if quoting based on a contract vehicle other than open market (such as GSA Federal Supply Schedules; other Government agency (OGA) contracts, Government-wide Acquisition Contracts (GWACs); or National Institute of Health (NIH) Blanket Purchase Agreements (BPA)).
7. Technical description of the product or service offered, in sufficient detail to evaluate compliance with the requirements of the Product Description above. Provide product or catalog number(s); product or service description, list price, unit price, unit discounts, total price, any shipping and handling costs, country of origin, etc.
8. Shipping costs and terms (f.o.b. and other terms as applicable).
9. Payment discount terms.
10. 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.

In addition, the Taxpayer Identification Number (TIN) and 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.

 (xiv) All responses must be received by Friday, June 14, at 11:00 a.m. Eastern time, and reference solicitation number 75N95019Q00176. Responses must be submitted by email to Stuart Kern, Contract Specialist, stuart.kern@nih.gov, 301-402-3334.

Opportunity closing date
14 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services National Institute on Drug Abuse United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?