DA20-002736

Submitted by tjugumha on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Ezymes by R&D Systems
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Hunter
Tjugum
hunter.tjugum@nih.gov
NAICS Code Number
325414
Biological Product (except Diagnostic) Manufacturing
Small Business Size Standard
1250 employees
FPDS Classification Code
6505
Estimated Period of Performance
NA
Delivery of Goods
3 days After Receipt of Order
Set-Aside Status
Full Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Brand Name Only
Vendor Name
R&D Systems
Address
614 Mckinnley Place NE Minneapolis, MN
Single-Sole Source Determination
The brand name supply is required for consistency of prior data results and reproducibility of previous data.
Background/Description of Requirement

The Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) seeks to obtain chemical enzymes for High signal and detection for HTS applications, expressed in E. coli with C-terminal His tags and Quality control tested for Concentration, Purity, Endotoxin, and Activity. The DPI Chemical Genomics Center regularly screens its small molecule library collections against different enzymes that are implicated in development of diseases. Target class profiling is a screening approach that characterizes a set of enzymes with functional similarities to improve the efficiency of lead compound identification. In this case COMT, NNMT, HNMT, GNMT and PNMT are two methyltransferases with similar structure and catalytic mechanism but differing biological outcomes. This makes them suitable candidates to being target class profiling studies of the natural product methyltransferases. The enzymes produced by R&D Systems are rigorously tested for purity and activity prior to shipping and required to further launch the NCATS’ target class profiling campaign.  Specifically, this RFQ requires the following supply of enzymes: PNMT (catalog # 7854-MT), HNMT (catalog # 7637-MT), GNMT (catalog # 6526-MT), NNMT (catalog # 7736-MT), and COMT (catalog # 7386-MT) by R&D Systems. 

Specifically, the following items shall be delivered with FOB Destination terms to NCATS located at 9600 Medical Center Drive in Rockville, MD in the following quantities as a one-time shipment.

Offerors submitting a quotation may use the following table to quote prices or in another similar table format.

Catalog number

Qty

List Price

Discounted Bulk Price

Lead Time

7736-MT-010

15 x 10ug

to be specified

to be specified

to be specified

6526-MT-010

15 x 10ug

to be specified

to be specified

to be specified

7386-MT-010

15 x 10ug

to be specified

to be specified

to be specified

7854-MT-020

8 x 20ug

to be specified

to be specified

to be specified

7637-MT-010

15 x 10ug

to be specified

to be specified

to be specified

Shipping cost

 

to be specified

to be specified

 

*Note: Shipping cost must be included as a separate line item in any quote submitted or indicated if it is included in the total price of the quotation.

Delivery/Warranty

Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty or software licenses applicable. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.

The Government anticipates delivery within 1 week after contractor receipt of order. An estimated number of days for delivery after receipt of an order must be specified in any quote submitted. Delivery terms anticipated for FOB-Destination shall apply.

Contract Type:

A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is January 10, 2020.

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.