75N95023Q00633

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Feasibility Testing for Topically Applied Formulation for Rodent Testing of Bacterial Elongation Factor Inhibitors
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Mark
McNally
mark.mcnally@nih.gov
NAICS Code Number
541380
Testing Laboratories and Services
Small Business Size Standard
$19 million
FPDS Classification Code
B504
Estimated Period of Performance
4 months from award date
Delivery of Goods
N/A
Competition Status
Competitive
Single-Sole Source Determination
N/A
Background/Description of Requirement

 (i)        This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

 

(ii)        The solicitation number is 75N95023Q00633 and the solicitation is issued as a request for quotation (RFQ).

 

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures;  and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

 

(iii)       The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04, with effective date 06/02/2023.

(iv)       The associated NAICS code 541380 and the small business size standard is $19 million.   This requirement is full and open with no set-aside restrictions.

 

(v)        This requirement is for the following service: Feasibility testing for topically applied formulation for rodent testing of bacterial elongation factor inhibitors for one lead compound to support preclinical and IND-enabling studies for the Early Translation Branch at NCATS.

 

(vi)       The Statement of Work is included as Attachment 1. This requirement is to test one lead molecule to support preclinical and IND-enabling studies. Bacterial elongation factor inhibitors have been prepared for testing in wound healing models. A topical formulation is desired to allow testing in preclinical animal models.

 

(vii)      The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is four months from the award date.
 

(viii)     The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:  https://www.acquisition.gov/browse/index/far   https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html   
 

(End of provision)

 

The following provisions apply to this acquisition 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)
  • FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Mar 2023)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:

https://www.acquisition.gov/browse/index/far     https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html  

 

(End of clause)


The following clauses apply to this acquisition 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)
  • FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022).
  • FAR 52.227-14, Rights in Data-General (May 2014)
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
  • HHSAR 352.227-70, Publications and Publicity (Dec 2015)

The following provisions and clauses apply to this acquisition. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 either within www.sam.gov or submit completed copies as separate documents with their quotation.

 

  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (Jun 2023)
  • NIH Invoice and Payment Provisions

 

(ix)       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)].

 

(x)        The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.

 

(xi)       The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.

 

(xii)      There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

 

(xiii)     The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

 

(xiv)     Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.

 

The Unique Entity ID from SAM.gov, 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 quotations must be received by 5:00 PM EDT, on Monday, August 28, 2023, and reference Solicitation Number 75N95023Q00633. Responses must be submitted electronically to Mark McNally at mark.mcnally@nih.gov.

Electronic copies of the Solicitation attachments are available upon request to the Contracting Officer at mark.mcnally@nih.gov.

 

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.