Contact Points
Monmouth Junction,NJ 08852
4 out of 6 compounds need to be custom synthesized in 100mg quantity, which is only provided by
MedChemExpress LLC in a reasonable price.
(i) The solicitation number is 75N95020Q00240 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 E-RFQ 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 contract without providing for full and open competition (including brand-name) to MedChemExpress for NPC library update.
Pursuant to FAR Subpart 13.501(a)(1)(iv) the rationale for the brand name justification. Market research resulted in no other companies that are capable of meeting the Governments requirement.
(ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated August 3, 2020.
(iii) The associated NAICS code is 325199 and the small business size standard is 1,250 employees. No set-aside restriction is applicable.
(iv) Project requirements:
- Cefiderocol, 98%; # HY-17628; Size of Unit: 100mg
- Trifarotene, 98%; # HY-100256; Size of Unit: 100mg
- Baloxavir marboxil, 98%; # HY-109025; Size of Unit: 100 mg
- Elexacaftor, 98%; # HY-111772; Size of Unit: 100 mg
- Ubrogepant, 98%; # HY-12366; Size of Unit: 50 mg
- Eravacycline (dihydrochloride), 98%; # HY-16980A; Size of Unit: 100 mg
(v) Period of performance shall be within four (4) weeks from the contract award.
(vi) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
(vii) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
(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.
(b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line item identified above. Technical and past performance, when combined, are significantly more important than price.
(c) 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.
(viii) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with offers.
(ix) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addendum applies:
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)
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).
(x) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition.
(xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xii) The following clauses is applicable to this acquisition and is attached in full text:
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
Please complete and return FAR 52.204-24 with your quote.
(xii) 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 08/12/2020 at 3:00 pm Eastern Standard Time and reference solicitation number 75N95020Q00240. Responses must be submitted by email to Ty Lawson, Contract Specialist, ty.lawson@nih.gov, tel. 301-496-9868.
The name of the individual to contact for information regarding the solicitation:
Ty Lawson, Contract Specialist, ty.lawson@nih.gov.
52.204-24 Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment (AUG 2019)
a. Definitions. As used in this provision--
Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
b. Prohibition.
Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing--
1. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
2. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
c. Representation. The Offeror represents that--
It ☐ will, ☐ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.
d. Disclosures.
If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer--
1. All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);
2. Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be
permissible under the prohibition in paragraph (b) of this provision;
3. For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and
4. For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).
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.