75N95023Q00502

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Cell Profiling of BBR-3464
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Chandani
Hangilipola
chandani.hangilipola@nih.gov
NAICS Code Number
541380
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. The mission of the NIH also includes enhancing health, lengthening life, reducing illness and disability, conducting, supporting, and making medical discoveries that improves and saves people’s health and lives.
The National Center for Advancing Translational Sciences (NCATS) is a part of the NIH, with a mission 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. Platinum-based chemotherapeutic drugs show great potential in tumor eradication, although toxic side effects limit their clinical applicability. BBR-3464, a substance that is studied for the treatment of cancer, is a novel analogue of the original mononuclear platinum complexes that display an exceptionally potency across a broader spectrum of tumors, especially the pancreatic tumor. This project will enable NCATS to take a deep look into the anti-tumor activity of BBR-3464 and how it’s used in the treating cancerous cells. A140-tumor cell panel from 18 tissue types will be screened and observed. The profiling of BBR-3464 is critical to understand future projects and clinical trials.
Small Business Size Standard
$19.0 Million
FPDS Classification Code
Q301 - Medical- Laboratory Testing
Estimated Period of Performance
6 weeks ARO
Competition Status
Non-Competitive
Vendor Name
Reaction Biology Corp.
Vendor Address
One Great Valley Parkway
Suite 2
Malver, PA 19355
Single-Sole Source Determination
This is the only vendor offering this compound profiling service at the estimated cost. Additionally, other projects within NCATS have used this service, and for continuity of research, consistency of data/results, the program is requesting to remain using this vendor.

Reaction Biology allows for a customized panel of 140 cancer cell lines. This will allow NCATS to spread across all tumor types and focus on multiple types of cancer. Though mainly interested in pancreatic tumors regarding this project, the customizable panel method is preferable as it will give NCATS a more thorough understanding of the compound being requested to be tested.

The Compound Profiling Service listed herein is available from only one source, and competition is precluded for the reasons indicated below. There are no substitutes available.
Background/Description of Requirement

Description of Requirement:

The National Center for Advancing Translational Sciences (NCATS) requires a compound profiling service to understand the anti-tumor activity of BBR-3464. This work is being requested for the Early Translation Branch (ETB) at National Center for Advancing Translational Sciences (NCATS).

Background Information and Objective:

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 NIH, with a mission 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. Platinum-based chemotherapeutic drugs show great potential in tumor eradication, although toxic side effects limit their clinical applicability. BBR-3464, a substance that is studied for the treatment of cancer, is a novel analogue of the original mononuclear platinum complexes that display an exceptionally potency across a broader spectrum of tumors, especially the pancreatic tumors. This project will enable NCATS to take a deep look into the anti-tumor activity of BBR-3464 and how it’s used in the treating cancerous cells. A140-tumor cell panel from 18 tissue types will be screened and observed. The profiling of BBR-3464 is critical to understand future projects and clinical trials.

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:

  • BBR-3464 will be tested in a 140-cell panel screening (ProliFiler) in an 8-point dose response curve.
  • IC50 determination (8 concentrations in duplicate).
  • NCATS ETB will send to vendor samples of aqueous BBR-3464 for the study.
  • The samples will be shipped on dry ice via FedEx following vendor’s instructions.

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 07/31/2023

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

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

(End of provision)

The FAR provisions and 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 (NOV 2021) is applicable to this solicitation.

2.              The provisions of FAR Clause 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.              The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (NOV 2021), is applicable to this solicitation.

4.              The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (NOV 2021) 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 (JAN 2022) is applicable to this solicitation.  See attachment.  

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

(End of clause)

In addition, the following FAR provisions and clauses 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 clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

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 pursuant to FAR 4.2103 Procedures 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 (NOV 2021)
  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 (Rev. 2/10/2021)

 

PERIOD OF PERFORMANCE: The anticipated period of performance is 6 weeks after receipt of order. 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.