The RFP Database
New business relationships start here

Assorted proteins and small molecules manufactured by R&D Systems, Inc.


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

(i) 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.

(ii) The solicitation number is 75N95019Q00136 and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) for proteins and small molecules manufactured by Research and Diagnostic Systems, Inc. (R&D Systems, Inc.). This acquisition is limited to R&D Systems, Inc. and its authorized distributors.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901. Pursuant to FAR Subpart 13.501(a)(1)(iv) the brand-name justification is made publicly available as an attachment with this solicitation.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective May 6, 2019.

(iv) The associated NAICS code is 325413 and the small business size standard is 1,250 employees. This requirement is limited to R&D Systems, Inc. and its authorized distributors. There are no Small Business set-aside restrictions.

Description

(v) The National Center for Advancing Translational Sciences (NCATS) at the National Institues of Health (NIH) seeks to purchase assorted proteins and small molecules manufactured by R&D Systems, Inc. These proteins and small molecules will allow SCTL scientists to understand the molecular mechanisms that regulate stem cell pluripotency and their multi-lineage differentiation capabilities, specifically focusing on defining optimum culture conditions.

See the attached Purchase Description for additional information and the list of required proteins and small molecules.

(vi) Delivery is required to occur in two separate shipments according to the below delivery schedule.

Shipment 1: Delivered within two weeks after receipt of order.
Shipment 2: Delivered three months after Shipment 1 is sent by the vendor.

See the attached Purchase Description for the required contents on each shipment.

Delivery shall be made to the below address with FOB Destination, to a point of contact specified on the purchase order.

National Center for the Advancement of Translational Sciences
9800 Medical Center Drive
Rockville, MD 20850

(vii) The Government plans to award a contract resulting from this solicitation. The resulting award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability, Past Performance, and Price. Comparative evaluations will be conducted.

(viii) The anticipated award date is Wednesday, May 29, 2019.

Provisions and Clauses

(ix) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 this/these address(es): www.acquisition.gov.

The following provisions apply to this acquisition and are incorporated by reference:

•    The provision at FAR 52.204-7, System for Award Management (Oct 2018)
•    The provision at FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
•    The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018)
•    The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)

(x) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 this/these address(es): www.acquisition.gov.

In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference:

•    The clause at FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
•    The clause at FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)
•    The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018)
•    The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employement Opportunity Investigations (December 18, 2015)

(xi) The following provisions and clauses apply to this acquisition and are attached in full text:

•    Addendum to the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018)
•    The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019)
•    NIH Invoice and Payment Provisions (2/2014)

(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

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

Post Award Evaluation of Contractor Performance

(xiv) Contractor performance evaluations: Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work.

The Final evaluation will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted fourteen days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final.

Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions.

(xv) Electronic access to contractor performance evaluations: Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov.

(xvi) 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, product or catalog number(s); product description; what the warranty covers; 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.

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."

All responses must be received by 11:59am EDT on Friday, May 24, 2019, and reference solicitation number 75N95019Q00136. Responses may be submitted electronically to Kimberly Espinosa, Contract Specialist, at kimberly.espinosa@nih.gov, with a copy to Jeff Schmidt, Contracting Officer, at Jeffrey.schmidt@nih.gov.

Fax responses will not be accepted.

(xvii) The name and telephone number of the individual to contact for information regarding the solicitation is Kimberly Espinosa, Contract Specialist, 301-827-3546, kimberly.espinosa@nih.gov.

(xviii) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

Kimberly Espinosa, Contract Specialist, Phone (301) 827-3546, Email kimberly.espinosa@nih.gov - Jeffrey Schmidt, Contracting Officer, Phone (301) 402-1488, Email schmidtjr@mail.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP