Contact Points
Date Quotation Due: All responses to this request for quote must be received by 3:00 PM Eastern Standard Time on August 4, 2021 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 Translational Sciences (NCATS) requires co-crystallization services to obtain structural information from several microbial iPGMs bound to novel cyclic peptides discovered as part of the ADST ipglycermide program. This fee-for-service crystallography data is critical to better characterize the enzyme binding to our novel cyclic peptide inhibitors in this ongoing, high priority project, and will be used in critical decision points to guide further cyclic peptide development aimed at new anti-infective agents.
General Requirements:
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:
Specific Requirements:
The services shall provide the following 5 deliverables:
1. Resolution of the M. orale iPGM in complex with cyclic peptide RvN-iPGM-Sa-D2
2. Resolution of the S. aureus iPGM in complex with cyclic peptides RvN-iPGM-Sa-D2 and RvN-iPGM-Sa-D3
3. Resolution of the M. orale iPGM in complex with cyclic peptides RvN-iPGM-Sa-D2 and RvN-iPGM-Mo-L2
Each subproject listed above will require three service tasks that shall be completed sequentially as follows:
- Crystallization Screening
- X-ray Diffraction
- Crystallographic Computing
Government Responsibilities:
The Government is responsible for providing purified M. orale and S. aureus iPGM enzymes and the cyclic peptides RvN-iPGM-Sa-D2, RvN-iPGM-Sa-D3, and RvN-iPGM-Mo-L2 in sufficient quantity for the study.
Delivery or Deliverables:
The contractor is responsible for providing all X-ray diffraction data obtained, with data analysis and final structure coordinates in a report, to be delivered to the NCATS Principal Investigator. All data should be summarized for each compound batch, and included in an electronic report, deliverable to James Inglese (jinglese@mail.nih.gov) at NCATS via email within 8 weeks after the receipt of each round of research materials.
Reporting Requirements:
All data shall be summarized for each compound batch, and included in an electronic report, deliverable to James Inglese (jinglese@mail.nih.gov) at NCATS via email within 8 weeks after the receipt of each round of research materials.
Confidentiality of Information:
The information obtained is confidential and shall not to be disclosed without the authorization of NCATS.
Quoter Terms and Conditions (To be completed by the Offeror):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- NIH BPA Number
- DUNS No:
- Name of Company:
- Street Address, City, State, Zip code:
- Name of Person Authorized to Provide Quote:
- 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 13, 2021.
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/
- The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (Jul 2021) is applicable to this solicitation.
- 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:
- Technical capability of the service offered to meet the Government requirement;
- Price; and
- Past performance [see FAR 13.106-2(b)(3)].
- The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2021), is applicable to this solicitation.
- 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.
- The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jul 2021) is applicable to this solicitation:
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)
52.219-28 Post Award Small Business Program Rerepresentation (Nov 2020) (15 U.S.C. 632(a)(2)). May require contractor completion.
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 (Oct 2020)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) (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 (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 (Aug 2020),
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020).
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 a completed copy as a separate document with their quotation.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
- FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- NIH Invoice and Payment Provisions
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.