Contact Points
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
DESCRIPTION OF REQUIREMENT: The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing, and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Early Translational Branch (ETB) is tasked with identifying and developing novel small molecule leads for improving human health. In pursuit of this goal, the Center has a strong internal trans-disciplinary team of scientists who continually discover novel small molecules to modulate molecular targets to identify novel treatment strategies. As such, discovering lead molecules that could serve as starting points for therapeutic development for patients is a key part of discovery. At ETB NCATS has developed a small molecule that the program would like to run animal studies on. It is essential to explore toxicity of a lead compound in a higher animal species in current ongoing studies. Therefore, NCATS would like to determine the dose range finding (DRF) in rats with toxicokinetic (TK).
PERIOD OF PERFORMANCE: 4-8 Weeks ARO
GENERAL REQUIREMENTS:Independently and not as an agent of the Government, the Contractor 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: This experiment will be done in triplicate on sample to ensure we have robust data for publication. The compound will be administered orally daily for 14 consecutive days.
- NCATS will send to vendor one lead compound
- Vendor will generate data and send report
LEVEL OF EFFORT:
Scientist and/or technician with experience in kinase profiling will run kinase screen.
GOVERNMENT RESPONSIBILITIES
NCATS ETB will send an already prepared lead compound to the vendor to be tested at 10 uM.
DELIVERY OR DELIVERABLES
Electronic copy of report as indicated in reporting requirements.
REPORTING REQUIREMENTS
Vendor will be required to send a report including graphs and texts to describe the graphs at the end of the study. The format can be online, email, PDF, Excel.
PLEASE VIEW THE ATTACHED STATEMENT OF WORK.
QUOTER TERMS AND CONDITIONS: (to be filled out by the Offeror):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms; Total Price:
- 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:
- Company Unique Entity ID:
- Name of Company:
- Company Address (Including Street Address, City, State, Zip code):
- Name of Person Authorized to Provide Quote:
- 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.
- FAR 52.212-4(g), Invoice, is supplemented by:
- Invoice Instructions with and without IPP – Attached
- Invoice Instructions with and without IPP – Attached
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:
- 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 (Sep 2023)
- 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. (May 2014)
- HHSAR 352.239-73 Electronic Information and Technology Accessibility Notice (Dec 2015)
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.