Contact Points
MINNEAPOLIS, MN 55413-2610
NOTICE OF INTENT to Sole Source
- SOLICITATION NUMBER: 75N95023Q00204
- TITLE: Recombinant Human R-Spondin 3 Protein and Recombinant Human R-Spondin 1 Protein
- CLASSIFICATION CODE: 6505- DRUGS AND BIOLOGICALS
NAICS CODE: 325414 - Biological Product (except Diagnostic) Manufacturing
- RESPONSE DATE:
April 14, 2023, at 4:00 PM ET
- PRIMARY POINT OF CONTACT:
Maggie Brant
Maggie.brant@nih.gov
Phone: 301.827.1771
- DESCRIPTION:
INTRODUCTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with RESEARCH AND DIAGNOSTIC SYSTEMS, INC., 614 MCKINLEY PL NE, MINNEAPOLIS, MN 55413-2610 for Recombinant Human R-Spondin 3 Protein and Recombinant Human R-Spondin 1 Protein, The anticipated award date is May 1, 2023.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
The intended procurement is classified under NAICS code 325414 - Biological Product (except Diagnostic) Manufacturing with a Size Standard of 1,250 employees.
This acquisition is NOT set aside for small businesses, but rather is a sole source acquisition to Research and Diagnostic System, Inc.
REGULATORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-02 dated March 16, 2023.
PURPOSE AD OBJECTIVES:
The purpose of this requirement is to procure Recombinant Human R-Spondin 1 Protein Qty 15 and Recombinant Human R-Spondin 3 Protein Qty 30.
The National Institutes of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people’s health and save lives.
The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), whose mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.
Ongoing research projects in the Stem Cell Translation Laboratory (SCTL) focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells, including supporting stem cell pluripotency maintenance, multi-lineage differentiation and 3-D culture. Numerous batches of cells have been grown using small molecules and the result was consistent and predictable growth resulting in successful assays performed at NIH NCATS.
DESCRIPTION OF REQUIREMENT
NCATS is in need of
- Recombinant Human R-Spondin 1 Protein Qty 15 and
- Recombinant Human R-Spondin 3 Protein Qty 30.
Salient characteristics:
•Small molecules are formulated for best stability and are lyophilized from a sterile filtered solution. They are available without or with a carrier protein, usually bovine serum albumin (BSA) at 50 mg/mg of protein.
•Each protein is tested to rule out microbial contamination using direct plating and broth dilution, according to guidelines from the United States Pharmacopeia (USP)
NCATS intends to negotiate on a sole source basis with Research and Diagnostic Systems, Inc. for Recombinant Human R-Spondin 1 Protein Qty 15 and Recombinant Human R-Spondin 3 Protein Qty 30.
ESTIMATED PERIOD OF PERFORMANCE:
One time delivery 3 to 5 weeks after receipt of order.
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Research and Diagnostic Systems, Inc.is the only vendor in the marketplace that can provide the
The intended source is:
RESEARCH AND DIAGNOSTIC SYSTEMS, INC.
614 MCKINLEY PL NE
MINNEAPOLIS, MN 55413-2610
CLOSING STATEMENT
THIS SYNOPSIS 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 contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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.
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 Unique Entity ID (UEI), 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 the closing date and time of this announcement and must reference the solicitation number, 75N95023Q00204. Responses must be submitted electronically to Maggie Brant, Contract Specialist, at maggie.brant@nih.gov. U.S. Mail and fax responses will not be accepted.
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.