Chemical Compounds and Small Chemical Compound Library for NCATS Chemistry Technology Team

expired opportunity(Expired)
From: Federal Government(Federal)
75N95019Q00116

Basic Details

started - 16 Apr, 2019 (about 5 years ago)

Start Date

16 Apr, 2019 (about 5 years ago)
due - 23 Apr, 2019 (about 5 years ago)

Due Date

23 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
75N95019Q00116

Identifier

75N95019Q00116
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(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 75N95019Q00116 and the solicitation is issued as a request for quotation (RFQ).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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) Number 2019-01, with effective date January 22, 2019.(iv) The associated NAICS code is 325199 and the small business size standard is 1,250 employees. This requirement is full and open with no set-aside restrictions.(v) This requirement is for several custom compounds, including a small library of compounds for the Chemistry Technologies Team and will be used for continued work on the MIPE, IRAK4, OGT Inhibitors and Resynthesis projects at NCATS.(vi) For a full purchase description including performance and functional specifications of product or supply and features of product or supply essential to the program's requirement, refer to Attachment 1, Purchase Description.(vii) Delivery dates for each compound/project are detailed in Attachment 1, Purchase Description, under the Salient Characteristics section. Delivery shall be f.o.b. destination. The compounds must be packaged to withstand leakage of contents, shocks, pressure changes, and other conditions incident to ordinary handling in transportation. The place of acceptance and delivery shall be:Attn: Craig ThomasNCATS/NIH9800 Medical Center DriveBuilding A, Room 241Rockville, MD 20850(viii) 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/farhttps://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 (Jul 2016)• FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct2018)• FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014)-Alternate III (May 2014)• HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:https://www.acquisition.gov/browse/index/farhttps://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 (Jul 2016)• FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.• FAR 52.227-14, Rights in Data-General (May 2014)• HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)• HHSAR 352.223-70, Safety and Health (December 18, 2015)The following provisions and clauses apply to this acquisition and are attached in full text:• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2018)• NIH Invoice and Payment Provisions (2/2014)(ix) The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b)(3) and award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation's requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The comparative evaluation will include: Technical Capability of the items to meet the Government requirement, Price, Terms and Conditions, and Past Performance.Responses may exceed capability or performance characteristics of the solicitation's requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation's requirements if it provides a benefit to the Government.(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text.(xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.(xv) Responses to this solicitation must include clear and convincing evidence of the offeror's capability of providing the items. The response must include separately priced line items corresponding to the price quote template (see Solicitation Attachment 5). Each line item must include all applicable costs, including shipping and handling, and be for a firm fixed-price amount. The quotation must also include delivery terms, prompt payment and discount terms, f.o.b. destination terms, product description, and any other information that may be considered in the award decision.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 quotations must be received by 03:00 p.m., Eastern Daylight Time, on Tuesday, April 23, 2019, and reference Solicitation Number 75N95019Q00116. Responses must be submitted electronically to Mark McNally, Contract Specialist, at mark.mcnally@nih.gov. Fax responses will not be accepted.(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:Mark McNally, Contract Specialist, 301-827-5869, mark.mcnally@nih.gov

6001 Executive Boulevard Room 4211, MSC 9559 Bethesda, Maryland 20892-9559 United StatesLocation

Place Of Performance : 6001 Executive Boulevard Room 4211, MSC 9559 Bethesda, Maryland 20892-9559 United States

Country : United StatesState : Maryland

You may also like

AMERICAN CHEMICAL TECHNOLOGIES

Due: 21 May, 2024 (in 1 month)Agency: HOMELAND SECURITY, DEPARTMENT OF

Classification

325 -- Chemical Manufacturing/325199 -- All Other Basic Organic Chemical Manufacturing
naicsCode 325199All Other Basic Organic Chemical Manufacturing
pscCode 68MEDICAL GASES