Contact Points
IMPORTANT: This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the Contracting Officer cited herein. This request does not commit the Government to pay any costs incurred in the preparation of the submission of a quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by the quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.
DESCRIPTION OF REQUIREMENT: The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) requires the LOPAC1280 or brand-name equal compound library. The LOPAC 1280 (Library of Pharmacologically Active Compounds) is a collection of high quality, innovative molecules that span a broad range of cell signaling and neuroscience areas. The library is most used to validate new drug discovery assays and characterize orphan receptors.
The specific brand-name item is: 1. Sigma Aldrich LOPAC 1280
The salient characteristics of the LOPAC 1280 include: 1. Includes at least 1,000 pharmacology active compounds 2. Includes inhibitors, receptor ligands, pharma-developed tools, and approved drugs that represents all major target classes 3. Compounds are pre-solubilized and normalized 4. Compounds are highly pure with guaranteed quality 5. Includes the catalog number for each compound for re-supply 6. Compounds are supplied as 10mM in 250uL DMSO
DELIVERY DATE: The compound library shall be delivered within thirty (30) days After Receipt of Order (ARO). Delivery shall be made to the below address with FOB Destination. A specific point of contact will be indicated on the purchase order.
National Center for Advancing Translational Sciences 9800 Medical Center Drive Rockville, MD 20850
QUOTER TERMS AND CONDITIONS (TO BE COMPLETED BY QUOTER) Period of Performance OR Delivery Date After Receipt of Order: Payment Discount Terms: Select One: Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number: DUNS No: Name of Company: Street Address, City, State, Zip code: Name of Person Authorized to Provide Quote: Telephone Number and Email Address of Person Authorized to Provide Quote:
ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS: The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 www.acquisition.gov.
The following provisions apply to this acquisition and are incorporated by reference:
1. The provision at FAR 52.204-7, System for Award Management (Oct 2018) 2. The provision at FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 3. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018) 4. The provision at FAR 52.212.2 Evaluation—Commercial Items (Oct 2014). A trade-off approach will be used in consideration of the following source selection factors: Technical Capability, Past Performance and Price. 5. The provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2018)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 www.acquisition.gov.
In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference:
1. The clause at FAR 52.204-13, System for Award Management Maintenance (Oct 2018) 2. The clause at FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 3. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Oct 2018) 4. The clause at FAR 52.242-15, Stop-Work Order (Aug. 1989) 5. The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: 1. The provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019). This must be completed and submitted with a quotation. 2. Addendum to the clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Oct 2018) 3. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Aug 2019) 4. NIH Invoice and Payment Provisions (2/2014)
SUMMARY STATEMENT: Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall contain a quotation that includes the total price, as well as: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, 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. All responsible sources may submit a quotation which shall be considered by the agency.
Interested parties may identify in writing their interest and capability in response to this requirement. 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 Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.