75N95021Q00391

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Pilot data collection at 300k ; 2D Classification of collected data
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Chandani
Hangilipola
chandani.hangilipola@nih.gov
NAICS Code Number
541380
Testing Laboratories
Small Business Size Standard
$16.5 Million
FPDS Classification Code
Q301 - Medical- Laboratory Testing
Estimated Period of Performance
4 weeks after award
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Creative BioStructure
Vendor Address
45-1 Ramsey Road, Shirley, NY 11967
Single-Sole Source Determination
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Creative BioStructure, 45-1 Ramsey Road, Shirley, NY 11967.

The Non-Competitive (Single-sole Source (Including brand-name)) Determination is based upon the market research conducted. Specifically, only one source is capable of providing the supplies or services required pursuant to FAR 13.106-1(b)(1)(i), only one source is reasonably available.
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 31, 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 contract specialist cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of this 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 pilot data collection at 300KV to optimize the cryoEM conditions for high resolution structure determination of CD206 in the absence of small molecule binde

Background Information and Objective:

NCATS is in need of services to determine the interactions of small molecules to CD206 protein present on tumor associated M2 macrophages. The 3D structure resolution of CD206 in the presence of small molecule activator will allow us to determine the binding site of the small molecule to the target protein were confirmed to bind with them. This knowledge will allow the design of analogs with tighter interactions and better potency than current leads. To successfully prepare the samples for the cryoEM screening and optimization for CD206 protein preparation, conditions at the presence of small molecule is required.

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:

Sample preparation, image collection and analysis using TEM and 300kV cryoEM.

Delivery or Deliverables:

Vitrification and optimization for 300kv cryo EM:

- Variable factors including grid type, plasma treatment, blotting and

freezing parameters, buffers and detergents

- Up to 6 conditions

- Small-scale image collection

• Evaluation of sample quality

- Ice thickness, particle density, distribution and morphology

Deliverable:

- A detailed report describing methods and results

- 500 or more representative images collected

- Sample quality ready for mass data collection at 300kv of closed particles

Reporting Requirements:

The contractor shall send a written report at the end of the period of performance.

Data Rights:

Any data generated using samples are to be the property of NCATS.

Publications and Publicity:

Contractor shall not publish the results of the work.

Confidentiality of Information:

Contractor shall keep the results of the acquisition 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. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (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 9/13/2021

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/

  1. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (JUL 2021) 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 service 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 (FEB 2021), 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 (AUG 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 2021) is applicable to this solicitation.  See attachment.  

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. 

  1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 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 (Oct 2020)
  4. NIH Invoice and Payment Provisions

PERIOD OF PERFORMANCE

Four (4) week 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.