Contact Points
The determination to make a single-sole source award is based upon the market research conducted as prescribed in FAR Part 10—Market Research, specifically the results of the market research concluded that no other source exist that allows for complex 3D tissue model for the lungs that is also high-throughput system in which the tissue constructs are perfusable and have direct cell-cell crosstalk. Mimetas is the only company who produces the required plate.
This notice is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
This requirement is needed to develop models of vascular dysfunction after viral infection to be used for screening antiviral compounds. The objective is to build a model to be used for screening antivirals protecting from vascular damage. We require Mimetas Organograft plates, specifically Mimetas OrganoPlate graft 3 lane 64 chip plate microfluidic 3D cell culture plate 6401-400-B. Additionally requirements include a platform that allows for complex 3D tissue model for the lungs that is also high-throughput system in which the tissue constructs are perfusable and have direct cell-cell crosstalk, and allows for formation of microvascular network connecting two parent vessels that perfuse the respiratory epithelial layer on top.
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.
Closing 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.
In addition 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 to this pre-solicitation notice must be received by 11:00 A.M. Eastern Standard Time, on April 4, 2022 and must reference announcement / solicitation number identified in this notice, 75N95022Q00166. Responses may be submitted electronically to Morgen Slager, morgen.slager@nih.gov. Fax responses will not be accepted.
“All responsible sources may submit response which, if timely received, must be considered by the agency.
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.