75N95020Q00259

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Synthesis of six analogues of OSMI-4a
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Scott
Bredow
scott.bredow@nih.gov
NAICS Code Number
325199
All other Basic Organic Chemical Manufacturing
Small Business Size Standard
1,250 employees
FPDS Classification Code
Q301
Estimated Period of Performance
10 weeks
Competition Status
Competitive
Background/Description of Requirement

Date Quotation Due: All responses to this request for quote must be received by 3:00 PM Eastern Standard Time, on August 24, 2020 and must reference the request number cited above.   Responses must be submitted electronically to the contact person cited above.  Fax responses will not be accepted.

IMPORTANT: This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the point of contact 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 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 Translation Sciences (NCATS) is in need of obtaining 20-mg samples of six analogues of OSMI-4a, an inhibitor of beta-O-linked-N-acetyl glucosamine transferase (OGT).  The OGT catalyzes the transfer of N-acetylglucosamine (O-GlcNAc) from UPD-GlcNAc to the serine and threonine residues of proteins. GlcNAcylation of proteins is involved in transcription, translation, and post-translational modifications. As such, extensive cross-talk has been observed to be taking place between kinases phosphorylation and their competing GlcNAcylation, thus modulating their activities. Furthermore, O-GlcNAc controls detained intron splicing to tune system-wide gene expression, providing a means to couple nutrient conditions to the cell transcriptional regime. Because of its central role, OGT activity is thought to be linked to a number of diseases such as diabetes, Alzheimer disease, or cancer. Developing a potent small molecule inhibitor of OGT would provide a valuable tool to better understand OGT function in cell homeostasis. Following our discovery of OSMI-4a a potent, cell permeable, and reversible inhibitor of OGT, we sought to improve the cellular activity and the pharmacokinetic profile of our lead compound. Therefore, we need to have synthesized six analogues of OSMI-4a, whereby the terminal carboxylic acid is to replaced with an isostere in order to improve its PK properties. 

1) Compound delivery: the compounds will be received within ten weeks of the purchase order being awarded.

2) Specific services: the contractor should be able to provide all the services that are listed:

a. Synthesis and delivery of 20-mg samples of the six listed analogues of OSMI-4a:

a.1. O=C(N(CC(NO)=O)CC1=CC=CS1)[C@H](NS(C2=C(Cl)C=C(NC(C=C3)=O)C3=C2)(=O)=O)C4=C(OC)C=CC=C4

a.2. O=C(N(CC(NOC)=O)CC1=CC=CS1)[C@H](NS(C2=C(Cl)C=C(NC(C=C3)=O)C3=C2)(=O)=O)C4=C(OC)C=CC=C4

a.3. O=C(N(CC(NOC(C)=O)=O)CC1=CC=CS1)[C@H](NS(C2=C(Cl)C=C(NC(C=C3)=O)C3=C2)(=O)=O)C4=C(OC)C=CC=C4

a.4. O=C(N(CC(NS(C)(=O)=O)=O)CC1=CC=CS1)[C@H](NS(C2=C(Cl)C=C(NC(C=C3)=O)C3=C2)(=O)=O)C4=C(OC)C=CC=C4

a.5. O=C(N(CCNS(C)(=O)=O)CC1=CC=CS1)[C@H](NS(C2=C(Cl)C=C(NC(C=C3)=O)C3=C2)(=O)=O)C4=C(OC)C=CC=C4

a.6. O=C(N(CCNS(=O)(C(F)(F)F)=O)CC1=CC=CS1)[C@H](NS(C2=C(Cl)C=C(NC(C=C3)=O)C3=C2)(=O)=O)C4=C(OC)C=CC=C4

b. Chemical purity to exceed 95%. Appropriate documentation (LC-MS trace, and NMR data) demonstrating these purity levels will be provided.

c. Enantiopurity to exceed 95%. Appropriate documentation (chiral HPLC trace) demonstrating this purity level will be provided.

d. Progress on the synthesis will be provided on a weekly basis.

e. The contractor will ship the ordered agents in clearly labeled vials indicating its content.

f. Data generated as a result of the testing of those agents will be the properties of NCATS.

g. The contractor will not publish any result of the work.

h. The Contractor will keep the results of the contract confidential.

Quoter Terms and Conditions (To be completed by the Offeror):

  1. Period of Performance OR Delivery Date After Receipt of Order:
  2. Shipping Point (F.O.B. OR Destination):
  3. Payment Discount Terms:
  4. NIH BPA Number
  5. DUNS No:
  6. Name of Company:
  7. Street Address, City, State, Zip code:
  8. Name of Person Authorized to Provide Quote:
  9. Telephone Number and Email Address of Person Authorized to Provide Quote:
     

Contract Type:

A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is August 31, 2020.

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

    1. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (OCT 2018) is applicable to this solicitation.
    2. The provisions of FAR Clause 52.212.2 Evaluation—Commercial Items (Oct 2014) is applicable to this solicitation. 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:
      1. Technical capability of the item offered to meet the Government requirement;
      2. Price; and
      3. Past performance [see FAR 13.106-2(b)(3)].
    3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Dec 2019), is applicable to this solicitation.
    4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation.
    5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jul 2020) is applicable to this solicitation:
      52.222-3 Convict Labor (Jun 2003)
      52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2020)
      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 (Jun 2020)
      52.222-50 Combating Trafficking in Persons (Jan 2019)
      52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
      52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)

In addition, the following FAR provisions are applicable to this solicitation and 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).

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and submit a completed copy as a separate document with their quotation.

  1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
  2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2020)
  4. NIH Invoice and Payment Provisions (2/2014)

DELIVERY DATE:  10 weeks after award. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.  A firm fixed price type order is anticipated to be awarded as a result of this RFQ.

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 include: the 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.

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.