75N95024Q00503

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Crystallization and Structure Solution Services for Biliverdin Reductase A for the National Center for Advancing Translational Sciences
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Nick
Niefeld
nick.niefeld@nih.gov
NAICS Code Number
541380
TESTING LABORATORIES AND SERVICES
Small Business Size Standard
$19 Million
FPDS Classification Code
Q301
Estimated Period of Performance
6 months
Set-Aside Status
Full Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Non-Competitive
Vendor Name
Helix BioStructures LLC
Vendor Address
5225 Exploration Drive,
Indianapolis, IN 46241
Single-Sole Source Determination
This is set aside to not only a small business but this vendor has provided previous requirements within the scope of this work being competed. To award to another vendor would start the study from the beginning and delay the progress already realized. This would incur the government added cost and lost time. In the interest of continutiy of science and value to the government, this will be sole sourced.
Background/Description of Requirement

REQUEST FOR QUOTATION

#75N95024Q00503

 

REQUEST NUMBER: 75N95024Q00503

 

DATE ISSUED: August 20, 2024

 

ISSUED BY CONTRACTING OFFICE: National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), National Center for Advancing Translational Sciences (NCATS) Section

 

FOR INFORMATION CONTACT: 
Contract Specialist: Nick Niefeld

Email: nick.niefeld@nih.gov                

Phone: 301-827-2094

 

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE:  541380- Testing Laboratories and Services

 

SMALL BUSINESS SIZE STANDARD$19 million

 

SET-ASIDE STATUS: 

         This requirement is a total small business set-aside pursuant to FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020).

         This requirement is a partial small business set-aside pursuant to FAR Clause 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020).

        No small business set-aside restrictions

 

COMPETITION STATUS:  This requirement is noncompetitive.

 

DATE QUOTATION DUE: 

All responses to this request for quote must be received on or before 11:00 AMEastern Standard Time on Tuesday, August 27, 2024, and must reference the request number cited above. Responses must be submitted by email to the person cited under the FOR INFORMATION CONTACT above.

 

IMPORTANT: This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the contract specialist cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

 

 

Description of Requirement: Independently and not as an agent of the Government, the Contractor shall be required to furnish all services described in the Statement of Work, see Attachment 1 to this Solicitation.

 

QUOTER TERMS AND CONDITIONS: 

  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. Unique Entity ID from SAM.gov 
  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:

 

TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

 

            The provision at HHSAR 352.270-5a, Notice to Offerors of Requirement for Compliance with the Public Health Service Policy on Humane Care and Use of Laboratory Animals (December 18, 2015). 

 

            The Public Health Service (PHS) Policy on Humane Care and Use of Laboratory Animals (PHS Policy) establishes a number of requirements for research activities involving animals. Before awarding a contract to an offeror, the organization shall file, with the Office of Laboratory Animal Welfare (OLAW), National Institutes of Health (NIH), a written Animal Welfare Assurance (Assurance) which commits the organization to comply with the provisions of the PHS Policy, the Animal Welfare Act, and the Guide for the Care and Use of Laboratory Animals (National Academy Press, Washington, DC). In accordance with the PHS Policy, offerors must establish an Institutional Animal Care and Use Committee (IACUC), qualified through the experience and expertise of its members, to oversee the institution’s animal program, facilities, and procedures. Offerors must provide verification of IACUC approval prior to receiving an award involving live vertebrate animals. No award involving the use of animals shall be made unless OLAW approves the Assurance and verification of IACUC approval for the proposed animal activities has been provided to the Contracting Officer. Prior to award, the Contracting Officer will notify Contractor(s) selected for projects involving live vertebrate animals of the Assurance and verification of IACUC approval requirement. The Contracting Officer will request that OLAW negotiate an acceptable Assurance with those Contractor(s) and request verification of IACUC approval. For further information, contact OLAW at NIH, 6705 Rockledge Drive, RKL1, Suite 360, MSC 7982 Bethesda, Maryland 20892-7982 (E-mail: olaw@od.nih.gov; Phone: 301-496-7163).

(End of provision)

 

 

            The clause at HHSAR 352.270-5b, Care of Live Vertebrate Animals (December 18, 2015). 

(a) Before undertaking performance of any contract involving animal-related activities where the species is regulated by the United Sates Department of Agriculture (USDA), the Contractor shall register with the Secretary of Agriculture of the United States in accordance with 7 U.S.C. 2136 and 9 CFR sections 2.25 through 2.28. The Contractor shall furnish evidence of the registration to the Contracting Officer.

(b) The Contractor shall acquire vertebrate animals used in research from a dealer licensed by the Secretary of Agriculture under 7 U.S.C. 2133 and 9 CFR sections 2.1-2.11, or from a source that is exempt from licensing under those sections.

(c) The Contractor agrees that the care, use, and intended use of any live vertebrate animals in the performance of this contract shall conform with the Public Health Service (PHS) Policy on Humane Care of Use of Laboratory Animals (PHS Policy), the current Animal Welfare Assurance (Assurance), the Guide for the Care and Use of Laboratory Animals (National Academy Press, Washington, DC) and the pertinent laws and regulations of the United States Department of Agriculture (see 7 U.S.C. 2131 et seq. and 9 CFR subchapter A, Parts 1-4). In case of conflict between standards, the more stringent standard shall govern.

(d) If at any time during performance of this contract, the Contracting Officer determines, in consultation with the Office of Laboratory Animal Welfare (OLAW), National Institutes of Health (NIH), that the Contractor is not in compliance with any of the requirements and standards stated in paragraphs (a) through (c) above, the Contracting Officer may immediately suspend, in whole or in part, work and further payments under this contract until the Contractor corrects the noncompliance. Notice of the suspension may be communicated by telephone and confirmed in writing. If the Contractor fails to complete corrective action within the period of time designated in the Contracting Officer’s written notice of suspension, the Contracting Officer may, in consultation with OLAW, NIH, terminate this contract in whole or in part, and the Contractor’s name may be removed from the list of those contractors with Animal Welfare Assurances.

Note: The Contractor may request registration of its facility and a current listing of licensed dealers from the Regional Office of the Animal and Plant Health Inspection Service (APHIS), USDA, for the region in which its research facility is located. The location of the appropriate APHIS Regional Office, as well as information concerning this program may be obtained by contacting the Animal Care Staff, USDA/APHIS, 4700 River Road, Riverdale, Maryland 20737 (E-mail: ace@aphis.usda.gov; website: http://www.aphis.usda.gov/wps/portal/aphis/ourfocus/animalwelfare).

(End of clause)

 

            The provision at 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 www.acquisition.gov.

 

The following provisions apply to this acquisition and are incorporated by reference:

1. The provision at FAR 52.204-7, System for Award Management (Oct 2018)

2. The provision at FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)

3. The provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Dec 2022)

 

            The clause at 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 www.acquisition.gov. 

 

In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference:

  1. The clause at FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
  2. The clause at FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
  3. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Dec 2022) 
  4. The clause at FAR 52.227-14, Rights in Data-General (May 2014). Under 52.227-14(c)(1), the contractor must obtain approval from the contracting officer to assert copyright in any data first produced in performance of this contract and published in academic, technical or professional journals, symposia proceedings, or similar works. Under 52.227-14(d)(2), the contractor must obtain approval from the contracting officer to use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the contractor in the performance of this contract.
  5. The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
  6. The clause at HHSAR 352.223-70, Safety and Health (December 18, 2015)
  7. The clause at HHSAR 352.224-71 Confidential Information (December 18, 2015) 

(c)(2)(i) The publication or dissemination of the following types of information are restricted under this contract

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

 

 

ATTACHMENTS

 

            

  1. The provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  2. The provision at FAR 52.204-26, Covered Telecommunications Equipment or Services- Representation (Oct 2020)
  3. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Mar 2023)
  4. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items (Mar 2023)
  5. NIH Invoicing Instructions (Apr 2022)
  6. Statement of Work

 

EVALUATION CRITERIA: The Government will evaluate quotations and award a fixed price purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:

 

1. Technical Capability

2. Past Performance

3. Price

 

SUMMARY STATEMENT: 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 quote must be for a firm-fixed-price total amount inclusive of all costs

and fees.

 

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.