75N95024Q00542

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
SafetyScreen44 Assay
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Chandani
Hangilipola
chandani.hangilipola@nih.gov
NAICS Code Number
541715
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Small Business Size Standard
1000 Employees
FPDS Classification Code
Q301 - Medical- Laboratory Testing
Estimated Period of Performance
8 weeks ARO
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Eurofins Panlabs, INC
Vendor Address
6 Research Park Dr, Saint Charles, Missouri 63304-5685
Single-Sole Source Determination
This notice of proposed acquisition is posted as an intent to award a purchase order on a noncompetitive basis to Eurofins Panlabs, Inc. 6 Research Park Dr, Saint Charles, Missouri 63304-5685

The Non-Competitive (Single-sole Source (Including brand-name)) Determination is based upon the market research conducted. Specifically, only one source is capable of providing the supplies or services required pursuant to FAR 13.106-1(b)(1)(i), only one source is reasonably available.
Background/Description of Requirement

DESCRIPTION OF REQUIREMENT:

 

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 translational science center that prides itself on its tremendously productive pipeline and is innovative in a number of ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, to ultimately translate basic science into real products and services that help improve people’s lives. Included in this process is the development of unique chemical material as a probe to investigate the mechanisms of diseases and to potentially assist in the development of new methods of treating such diseases. This planned service is to support an ongoing TRND malaria project. The project team has identified a few lead compounds towards our goal of developing a preclinical candidate. To evaluate the compounds’ potential toxicity liabilities in the preclinical setting, we plan to test two selected compounds in a panel of 44 pharmacological targets that are known to be associated with adverse effects and have been used as the standard safety panel across the industry. The planned study will allow the project team to more fully understand the potential development obstacles.

 

PLEASE VIEW THE STATEMENT OF WORK.

 

GENERAL REQUIREMENTS:

 

NCATS will provide two compounds to the service provider. The service provider will perform the assays on this compound. 

Independently and not as an agent of the Government, the service provider 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:

 

Instructions: 

1. SafetyScreen44 Panel 

a. Test five (5) compound at a single concentration in a target panel (44 targets) as duplicate

 

DELIVERY OR DELIVERABLES: 

A study report detaining the experimental findings. Data is the rights of NCATS.

 

QUOTER TERMS AND CONDITIONS: (to be filled out 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; Total Price:
  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. Company Unique Entity ID:
  6. Name of Company:
  7. Company Address (Including 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:

 

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.

The Quoters are to include a completed copy of the attached provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Products and Commercial Services (May 2024), with its quote.

The Offeror shall complete only paragraph (b) of the FAR 52.212-3 provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of the FAR 52.212-3 provision.

If applicable, the following FAR Provision Representations and Certifications must be completed, signed, and returned by the quoters with its quote pursuant to FAR 4.2103 Procedures:

  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) – Attached.          
  • FAR 52.204-26 Covered Telecommunications Equipment or Services -Representation (Oct 2020) – Attached.

The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023) applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. The additional contract terms and conditions are as follows.

The clause at FAR 52.212-5 Contract Terms and Conditions—Commercial Products and Commercial Services (May 2024) applies to this acquisition and is attached in full text.

The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.

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:

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 (Nov 2023)
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
  • HHSAR 352.239-74 Electronic and Information Technology Accessibility (Dec 2015)

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

 

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.

 

ATTACHMENTS

  • Statement of Work (SOW)
  • 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)
  • Addendum to FAR 52.212-4 (Nov, 2023)  Terms and Conditions – Commercial Items
  • FAR 52.212-5, Contract Terms and Conditions—Commercial Products and Commercial Services (May 2024)
  • Invoice Instructions with and without IPP

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.