Contact Points
1. SOLICITATION NUMBER: 75N95024Q00029
2. TITLE: Essential 8™ Medium Rapid Prototyping Liquid (bag)
3. CLASSIFICATION CODE: 6505- DRUGS AND BIOLOGICALS
NAICS CODE: 325414 – Biological Product (Except Diagnostic) Manufacturing
4. RESPONSE DATE:
November 17, 2023, at 4:30 PM ET
5. PRIMARY POINT OF CONTACT:
Giuliana Faller
Giuliana.Faller@nih.gov
Phone: 301-480-7089
6. 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 Life Technologies Corporation (Part of TermoFisher Scientific) for Essential 8™ Medium Rapid Prototyping Liquid (bag). The anticipated award date is December 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 Life Technologies.
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 AND OBJECTIVES:
This request is required by SCTL as part of the overall mission of the Helping to End Addiction Long-term (HEAL) Initiative to focus on the development of human cell-based models of opioid misuse and addiction, and of pain. The SelecT was purchased in 2017 and has been in constant use since calibrated and optimized.
Ongoing research projects in 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 a homogeneous and mature population of differentiated cells. To achieve these aims, SCTL performed rigorous internal tests of a variety of stem cell culture systems from several vendors and concluded that the Essential 8 stem cell culture system from Life Technologies Corporation meets our specific requirement, including supporting stem cell pluripotency maintenance, multi-lineage differentiation, and 3-D culture. Any cell culture media used in this context must meet specific measurements of purity and consistency from batch to batch to provide consistent cell growth and viability. In addition, numerous batches of cells have been grown using Essential 8 and the result was consistent and predictable growth resulting in successful assays performed at NIH NCATS
DESCRIPTION OF REQUIREMENT
5 each 5 L Essential 8™ Medium Rapid Prototyping Liquid (bag) and 8 each 10 L Essential 8™ Medium Rapid Prototyping Liquid (bag)
ESTIMATED PERIOD OF PERFORMANCE:
8 days from the date of receipt of the 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, Life Technologies Corporation is the only vendor in the marketplace that can provide the custom Essential 8™ Medium Rapid Prototyping Liquid (bag) required by NCATS. The Essential 8 stem cell culture system is a proprietary product offered solely through Life Technologies Corporation. Any cell culture media used in this context must meet specific measurements of purity and consistency from batch to batch to provide consistent cell growth and viability
The intended source is:
Life Technologies Corporation 3175
Stanley Road Grand Island,
New York 14072 USA
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, 75N95024Q00029. Responses must be submitted electronically to Giuliana Faller, Contract Specialist, at giuliana.fallert@nih.gov. U.S. Mail and fax responses will not be accepted.
New York 14072 USA
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.