75N95024Q00179

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Annual Maintenance Subscription for Chempacker CRAFT Software for the Analytical Chemistry Core (ACC)
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Chandani
Hangilipola
chandani.hangilipola@nih.gov
NAICS Code Number
541690
Other Scientific and Technical Consulting Services
Small Business Size Standard
$19.0 Million
Estimated Period of Performance
12 Months
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Chempacker LLC
Vendor Address
3054 Beckley Dr
San Jose, CA 95135-1005
Single-Sole Source Determination
FAR 13.203 (a) (2)
Background/Description of Requirement

The National Center for Advancing Translational Sciences (NCATS) Analytical Chemistry Core (ACC) requires an annual maintenance subscription for Chempacker CRAFT software used by the ACC for qNMR and mixture analysis. This annual maintenance subscription is essential to ACC research efforts in the processing and analysis of NMR experimental data for the identification and validation of chemical structures. NMR spectroscopy is arguably the most powerful analytical tool a chemist has at their disposal for the identification and confirmation of organic molecules. Medicinal chemists at DPI use the NMR instruments daily to collect compound data, as well as conduct more advanced NMR experiments overnight. The proprietary Chempacker CRAFT software is utilized by ACC NMR spectroscopists for the analysis of NMR experiments and the interpretation of NMR spectra. It is integral to the identification, validation, and purity analysis of a range of chemical modalities (e.g., small molecule, lipid, peptide, protein, etc.). The CRAFT software is integral for the operation of various workflows such as qNMR analysis and mixture analysis. Without the maintenance subscription we will not maintenance, updates, and new tools associated with the software, which would negatively impact research operations and productivity.

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.