Contact Points
(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; quotations are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 75N95020Q00309 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. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated award date is September 11, 2020.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-07 dated August 31, 2020.
(iv) This acquisition is completed full and open with no set-aside restrictions. The associated NAICS code is 541380, Testing Laboratories, and the small business size standard is $16.5 million.
CLIN 01: Solubility at simulated GI fluids (fast and fed)
CLIN 02: CYP Inhibition Under Reversible Conditions
CLIN 03: LogD at pH 7.4
CLIN 04: Hepatocyte Stability (Mouse, Rat, dog, cyno, human)
CLIN 05: Stability at pH 2
CLIN 06: Thermodynamic Solubility (pH 2, 5, 7.4)
CLIN 07: RBC Partitioning (Mouse, Rat, Dog, cyno, human)
CLIN 08: PPB (Mouse, Rat, Dog, Cyno, human)
(vi) This will be a COVID-19/Coronavirus related contract action. The statement of work with a description of the services to be performed is included as Attachment 1 to this Solicitation.
(vii) The period of performance shall be 90 days.
The place of acceptance shall be:
The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items,
applies to this acquisition.
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.
(x) Offerors are to include completed copies of the provisions at:
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.
The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference:
FAR 52.204-7, System for Award Management (Oct 2018)
FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019)
FAR 52.227-14, Rights in Data-General (May 2014)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
The following apply to this acquisition and are incorporated in full text as attachments:
INTERIM ELECTRONIC INVOICING INSTRUCTIONS: Electronic Invoicing Instructions for NIH Contractors/Vendors - Effective April 23, 2020, all NIH contractors/vendors invoices should be sent electronically via email using the attached electronic submission instructions which are applicable to this order and are incorporated in full text as an attachment. These procedures are to be followed until further notice. Addendum to these invoicing instructions applies to this acquisition. The additional instructions to offerors are as follows: The Contractor shall invoice for payment in full upon completion of all work.
STANDARD INVOICING INSTRUCTIONS: Invoice and Payment Provisions (02/2014) - NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25 are applicable to this order and are incorporated in full text as an attachment. In the event the interim procedures are rescinded, these procedures take effect. Addendum to these invoicing instructions applies to this acquisition. The additional instructions to offerors are as follows: The Contractor shall invoice for payment in full upon completion of all work.
(xiii) Additional contract terms are discussed in the next paragraph.
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement; however, HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A - Health Resources Priorities and Allocations System.
(xv) Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of providing the service. The quote must be for a firm-fixed-price total amount inclusive of all costs and fees.
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 03:00 PM, Eastern Time on September 9, 2020, and reference Solicitation Number 75N95020Q00309. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov.
(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:
Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov.
Attachments (copies of all attachments available from the Contracting Officer upon request at mark.mcnally@nih.gov):
- Statement of Work/Purchase Description
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
- FAR 52.212-4 Addendum
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Aug 2020)
- INTERIM ELECTRONIC INVOICING INSTRUCTIONS
- STANDARD INVOICING INSTRUCTIONS
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.