The RFP Database
New business relationships start here

250g of 98% Pure Emetine


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

250g of 98% Pure Emetine for the NCATS

Competitive Combined Synopsis/Solicitation 
HHS-NIH-NIDA-SSSA-CSS-17-255
INTRODUCTION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items.
The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-255 and the solicitation is issued as a request for quotation (RFQ).
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 325998 with a Size Standard of 500 employees.

SET-ASIDE STATUS
This acquisition is 100% set aside for small businesses.

ACQUISITION AUTHORITY
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and IS NOT expected to exceed the simplified acquisition threshold.     
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated January 19, 2017. The resultant contract will include all applicable provisions and clauses in effect through this date.

DESCRIPTION OF REQUIREMENT


Purpose
The purpose of this acquisition is to procure 250g of 98% pure Emetine in bulk for a human cytomegalovirus (CMV) project for the National Center for Advancing Translational Sciences (NCATS).


Project Requirements
Provide 250 gr of Enzo Emetine with 98% purity.

Delivery / Delivery Location
8 weeks ARO NCATS c/o Juan Marugan 9800 Medical Center Drive Building B Rockville, MD 20850


Government Furnished Information/Property
N/A


Contract Type
The Government intends to issue a firm fixed price order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT).

RESPONSE FORMAT
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 offeror must submit 1) a technical response and 2) a separate price quotation.
The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to ten (10) single-sided pages. The price quotation must include an hourly rate as well as extended pricing for the full level of effort.
Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

EVALUATION CRITERIA
The Government will award a contract resulting from this requirement on the basis of LPTA.

APPLICABLE CLAUSES AND PROVISIONS
The following FAR clauses and provisions shall apply to this solicitation:
1.    All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.


2.    The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (October 2015), applies to this acquisition.


3.    FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition.


4.    A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2016), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.


5.    FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (September 2016) apply to this acquisition.


6.     FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (April 1984) applies to this acquisition.


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


In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."


CONTRACTING OFFICER'S REPRESENTATIVE
A Contracting Officer's Representative (COR) shall be assigned to the awarded contract.


The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.
The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract
The Government may unilaterally change the COR designation for this contract.


CLOSING INFORMATION
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: 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.


All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-17-255 Responses shall be submitted electronically via email to Jermaine Duncan, Contract Specialist, at jermaine.duncan@nih.gov


 


Jermaine Duncan, Phone 3018277515, Email jermaine.duncan@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP