Contact Points
DATE QUOTATION DUE:
All responses to this RFQ must be received by 5:00 PM Eastern, on August 31, 2020 and must reference the request number cited above. Responses must be submitted electronically to the contact person cited above. Fax responses will not be accepted.
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.
Product Description
NCATS is in need of synthesizing twenty (20) compounds. This fee for service will entail the synthesis of 20 compounds, 10 mg each. The synthesized compounds will be subject to a number of ADME and kinase inhibition assays. The purpose is to test a novel algorithm for drug design.
Background Information:
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 part of the National Institutes of Health (NIH), whose 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.
NCATS is in need of synthesizing 20 compounds, 10mg each. The synthesized compounds will be subject to a number of ADME and kinase inhibition assays. The purpose is to test a novel algorithm for drug design.
Scope of Work
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
The Contractor shall provide:
- Synthesis of twenty (20) compounds, 10mgs each, preferably in powder form. The synthesized compounds will be subject to a number of ADME and kinase inhibition assays.
Level of Effort:
N/A
GOVERNMENT RESPONSIBILITIES
NCATS will provide the molecular structures to be synthesized.
DELIVERY OR DELIVERABLES
- Twenty (20) synthesized compounds at 10mgs each, powder form
REPORTING REQUIREMENTS
The Contractor shall document and present its findings to NCATS via email in Excel or text format.
TRAVEL
N/A
KEY PERSONNEL
N/A
OTHER CONSIDERATIONS
Information System Security Plan:
N/A
Data Rights:
N/A
Section 508—Electronic and Information Technology Standards:
N/A
Data Rights:
Data generated as a result of the custom synthesis will be the properties of NCATS.
Publications and Publicity:
The Contractor will not publish the results of its work under this requirement.
Confidentiality of Information:
The Contractor will keep the results of its work under this requirement confidential.
Contract Type
A firm fixed price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded as a result of this RFQ. The anticipated award date is September 2, 2020.
Period of Performance
3-months from date of award. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.
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:
- Select One: 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:
- DUNS No:
- Name of Company:
- 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 FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/
- The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (OCT 2018) is applicable to this solicitation.
- The provisions of FAR Clause 52.212.2 Evaluation—Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)].
- The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 2020), is applicable to this solicitation.
- The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation.
- The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Aug 2020) is applicable to this solicitation:
- 52.222-3 Convict Labor (Jun 2003)
- 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2020)
- 52.222-21 Prohibition of Segregated Facilities (Apr 2015)
- 52.222-26 Equal Opportunity (Sep 2016)
- 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020)
- 52.222-50 Combating Trafficking in Persons (Jan 2019)
- 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
- 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)
In addition, the following FAR provisions are applicable to this solicitation and incorporated by reference: 52.204-7 System for Award Management (Oct 2018), 52.204-13 System for Award Management Maintenance (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016).
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as separate documents with their quotation.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
- FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019)
- NIH Invoice and Payment Provisions (2/2014)
- NIH Electronic Invoice Instructions
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 a QUOTATION with Fixed Pricing that includes as applicable: the unit price, list price, total price, any 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.
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.