75N95022Q00143

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Synthesis of 100g of NCGC00413972
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Chandani
Hangilipola
chandani.hangilipola@nih.gov
NAICS Code Number
325199
All other Basic Organic Chemical Manufacturing
Small Business Size Standard
1,250 Employees
FPDS Classification Code
Q301 - Medical- Laboratory Testing
Estimated Period of Performance
The anticipated period of performance for the contractor to make the compound is March 31, 2022, through May 30, 2022 (2-months).
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Synovel Laboratory
Vendor Address
375 Morgan LN STE 204 B, West Haven, CT 06516 USA
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 Synovel Laboratory, 375 Morgan LN STE 204 B, West Haven, CT 06516 USA

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

Description of Requirement:
In order to continue evaluating NCGC00413972 as a preclinical candidate, the National Center for Advancing Translational Sciences (NCATS) needs to have enough of the compound (NCGC00413972) to carry out its various biological assays and tests needed to make the proper evaluation. This compound has especially shown great promise as an anti-pancreatic cancer agent in the KPC mouse model of pancreatic cancer.


Background Information and Objective:
Pancreatic cancer is one of the deadliest cancers whose survival rates are one of the lowest of all of the different types of cancer. NCATS researchers discovered the compound NCGC00413972 which may be used as a possible treatment for pancreatic cancer therapy. NCATS requires 100g of the same compound to be synthesized in order to continue its ongoing research for a possible treatment for pancreatic cancer therapy.


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 Contractor shall provide 100g of NCGC00413972 at greater than 95% purity by LCMS and proton NMR.
See Attachment 1 – Statement of Work


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 03/31/2022


ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS
1. FAR Provision 52.212-1 Instructions to Offerors—Commercial Items (NOV 2021) is applicable to this solicitation.
2. FAR Provision 52.212.2 Evaluation—Commercial Items (NOV 2021) 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:
a. Technical capability of the service offered to meet the Government requirement;
b. Price; and
c. Past performance [see FAR 13.106-2(b)(3)].
3. FAR Provision 52.212-3, Offeror Representations and Certifications—Commercial Items (NOV 2021), is applicable to this solicitation (Attachment 2).
4. FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (NOV 2021) with Addendum (Attachment 3). FAR Clause 52.242-15 Stop-Work Order (AUG 1989) is applicable to this solicitation and is incorporated by reference.
5. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JAN 2022) is applicable to this solicitation. See Attachment 4 for the FAR clauses the Contractor shall comply with in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
www.acquisition.gov
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsa…
(End of provision)


In addition, the following provisions are applicable to this solicitation and are incorporated by reference:
FAR 52.204-7 System for Award Management (OCT 2018)
FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
HHSAR 352.239-73 Electronic Information and Technology Accessibility Notice (December 18, 2015)
FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
www.acquisition.gov
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsa…
(End of clause)


In addition, the following clauses are applicable to this solicitation and are incorporated by reference:
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015)

The following provisions and clauses apply to this acquisition and are included in full text below or as attachments to the RFQ. Offerors MUST complete, sign and submit the provision at 52.204-24 and 52.204-26 or 52.212-3 pursuant to FAR 4.2103 Procedures as a separate document with their quotation.
1. FAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) – Attachment 5
2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
3. FAR Provision 52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) – Attachment 6
4. NIH Invoice and Payment Provisions (Rev. 2/10/2021) – Attachment 7
5. HHSAR 352.232-71 Electronic Submission of Payment Requests (February 2, 2022)


(a) Definitions. As used in this clause—
Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ‘‘Content of Invoices’’ and the applicable Payment clause included in this contract.
(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.
(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.
(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer’s written authorization with each payment request.
(End of Clause)


Invoice Instructions:
NIH invoicing is in the process of moving to the Invoice Processing Platform (IPP). Two sets of invoice instructions are included in this award document. Please follow the NIH Invoice and Payment Provisions dated February 10, 2021 and Submitting Electronic Invoices to OFM until you are notified in writing by the Contracting Officer that your contract has been converted to the IPP.


PERIOD OF PERFORMANCE:
The anticipated period of performance for the contractor to make the compound is March 31, 2022, through May 30, 2022 (2-months). Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852. A firm fixed price type purchase 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.