Contact Points
- 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 75N95020Q00134 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 Eurofins DiscoverX Products LLC and 42501 Albrae Street, Fremont,CA 94538 , United States, for PathHunter Detection Kit.
Pursuant to FAR Subpart 13.501(a)(1)(iv) the rationale for the brand name justification is that the Pathhunter detection kit is the product from Eurofins DiscoverX company, which is used only with the Pathhunter cell lines from their company. This reagent is needed to test Eurofins DiscoverX cell lines already in use at NCATS..
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 dated May 6, 2020.
(iv) The associated NAICS code is 325414 and the small business size standard is 1,250 employees. No set-aside restriction is applicable.
(v) NCATS is in need of one (1) PathHunter detection kit (Eurofins Discover X item number 93-0001XL) to enable high-throughput screening of an pain-related G protein coupled receptors (GPCRs) target, e.g., GALR1 and GPR151. This detection kit will be used to detect the agonists or antagonists those pain-related GPCRs. This kit will also be used in several other NCATS drug targets of interest, e.g., EPO receptor, and so meets several stated needs.
(vi) Detection reagent kit for use with high-throughput screening of Pathhunter cell lines. This reagent is needed to test current cell lines already in use at NCATS
(vii) Delivery shall be to:
The National Center for Advancing Translational Sciences (NCATS)
Attn: Matthew Hall c/o Hu Zhu
9800 Medical Center Drive, Room 1033
Rockville, MD 20850
Delivery shall be within four (4) weeks after receipt of order.
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
[CONTENTS OF THE QUOTE (to be provided by the Offeror, or presented on Offeror’s standard quotation form):
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.]
(ix) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement.
mance, when combined, are significantly more important than cost or price.
(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.
(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. The following addendum applies:
(end of clause)
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 (Jul 2016)
52.204-18, Commercial and Entity Code Maintenance (Jul 2016)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).
52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014).
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition.
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)
52.222-50 Combating Trafficking in Persons (Mar 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-5 Trade Agreements (Aug 2018)
52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)
(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xiv) This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. 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. If the Government opts to use a competitive procurement, offers will be evaluated using a comparative evaluation approach in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation’s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The comparative evaluation will include: Technical Capability of the item(s)/service(s) to meet the Government requirement, Price, Terms and Conditions, and Past Performance. Responses may exceed capability or performance characteristics of the solicitation’s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation’s requirements if it provides a benefit to the Government.
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.
(xv) In addition, the Dun & Bradstreet Number (DUNS), 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 5/29/20 at 3:00 PM Eastern Standard Time and reference solicitation number 75N95020Q00134. Responses must be submitted by email to Ty Lawson, Contract Specialist, ty.lawson@nih.gov, tel. 301-496-9868.
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.