75N95020Q00332

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Methyltransferase and kinase profiling of NCGC00685960 for the NNMT1 project in the National Center for Advancing Translational Sciences (NCATS) ETB
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Ty
Lawson
ty.lawson@nih.gov
NAICS Code Number
541380
Testing Laboratories
Small Business Size Standard
$16,500,000
FPDS Classification Code
Q301
Competition Status
Non-Competitive
Vendor Name
Reaction Biology Corp.
Vendor Address
One Great Valley Parkway
Suite 2
Malvern, PA 19355
Single-Sole Source Determination
Through market research, it was determined that there is no reasonable expectation of receiving offers from two or more small businesses that are capable of meeting the Government’s requirement. Therefore, this requirement will be solicited as Sole-Single Source Non-competitive on the NIDA Electronic Bid Board.
Background/Description of Requirement

Description of Requirement:

An ongoing project within the NCATS Early Translation Branch is a probe development project to target the enzyme, N-Nicotinamide Methyltransferase (NNMT). Part of the probe development project, it is critical to understand the selectivity for the probe molecules being synthesized in-house by our medicinal chemistry team. The objective for this profiling service is to demonstrate the selectivity of our probe molecule for NNMT over other methyltransferases and kinases.

Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:

Testing of one compound (NCGC00685960) vs. 38 methyltransferase enzymes (methyltransferase panel) and 679 kinase enzymes (kinase panel):

  • Perform experiment using NCGC00685960 compound to obtain single-point duplicate data in methyltransferase and kinase panels. The experiments shall be conducted in multiple batches as follows:
  1. NCGC00685960 vs. 38 HMTs, single dose duplicate assay
  2. NCGC00685960 vs. 372 wildtype kinases, single dose duplicate assay
  3. NCGC00685960 vs. 266 mutant kinases, single dose duplicate assay
  4. NCGC00685960 vs. 24 atypical kinases, single dose duplicate assay
  5. NCGC00685960 vs. 17 lipid kinases, single dose duplicate assay
  • Provide a detailed report with the results of the experiment
  • NCATS ETB will provide NCGC00685960 molecule to contractor.

GOVERNMENT RESPONSIBILITIES

NCATS will provide NCGC00685960 and communicate with Study Director or Staff Scientist during the study period to ensure that the study is conducted according to the protocol.

  1. Primary point of contact in ETB: Jon Shrimp
    1. Phone: 301-827-6948
    2. Email: jonathan.shrimp@nih.gov

NCATS will ship the compound (NCGC00685960) to contractor via FedEx overnight for next day delivery.

DELIVERY OR DELIVERABLES:

Report of percent inhibition at single-point, duplicate data.

Delivery to be made within 6 weeks ARO.

REPORTING REQUIREMENTS:

  1. Any deviations from the study protocol.
  2. Final signed study report.

DATA RIGHTS:

NCATS owns the right of results generated from this study. 

PUBLICATIONS AND PUBLICITY:

If data generated from this study is used in a publication, the contribution of CRO on this study will be acknowledged in the publication.

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 September 22, 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 (Aug 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 52.204-26 and submit completed copies as separate documents 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 2019)
  4. NIH Invoice and Payment Provisions (2/2014)

 

DELIVERY DATE:  Delivery to be made within 6 weeks after receipt of order. 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.