Federal Bid

Last Updated on 10 Jul 2023 at 7 PM
Solicitation
Bethesda Maryland

Evaluation of the inactivation kinetics of 9 BTK inhibitors against 2 targets (BTK active and BTK inactive)

Solicitation ID 75N95023Q00474
Posted Date 10 Jul 2023 at 7 PM
Archive Date 02 Aug 2023 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

NOTICE OF INTENT to Sole Source

SOLICITATION NUMBER:

75N95023Q00474

TITLE:  Evaluation of the inactivation kinetics of 9 BTK inhibitors against 2 targets (BTK active and BTK inactive)

CLASSIFICATION CODE:

R -- Professional, administrative, and management support services

NAICS CODE: 541380  – Testing Laboratories

RESPONSE DATE:

July 18, 2022 at 12:00 PM ET

PRIMARY POINT OF CONTACT:

Nick Niefeld

[email protected]

DESCRIPTION:

INTRODUCTION

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

The National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Enzymlogic SL for the Evaluation of the inactivation kinetics of 9 BTK inhibitors against 2 targets (BTK active and BTK inactive)

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS

The intended procurement is classified under NAICS code 541380 – Testing Laboratories with a Size Standard of $16.5 million.  

REGULATORY AUTHORITY

This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).

The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-04 dated June 2, 2023.

DESCRIPTION OF REQUIREMENT

The COVALfinder platform is a TR-FRET kinase-binding assay used to determine the rate constants for inactivation of the kinase of interest. Each compound will be tested using 20-point in duplicate. Wells containing a fluo-rescent probe, the antibody and the kinase without compound will be used as the total binding control and wells containing the fluorescent probe and the antibodies will be used as the basal control. The TR-FRET signal will be measured continuously throughout 240 minutes. Results will be fitted into a one-phase decay exponential equation. In order to distinguish between the mechanism of reversible binding and irreversible enzyme inactivation, the dependence of kobs on inhibitor concentration will be analyzed. This will be done for 9 BTK inhibitors versus both the active and inactive forms of the enzyme.

DELIVERABLES:

4 mmonths after receipt of order.

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Enzymlogic SL is the only vendor in the marketplace that can provide the services required by NCATS .

The intended source is:

Enzymlogic SL

Santiago Grisolía, 2

28760 Tres Cantos, Madrid, Spain

CLOSING STATEMENT

THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

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 the closing date and time of this announcement and must reference the solicitation number, 75N95023Q00474. Responses must be submitted electronically to Nick Niefeld, Contract Specialist, at [email protected]. U.S. Mail and fax responses will not be accepted.

Bid Protests Not Available

Similar Past Bids

Washington Not Specified
Washington Not Specified

Similar Opportunities

Wright patterson air force base Ohio 25 Feb 2026 at 10 PM
Wright patterson air force base Ohio 25 Feb 2026 at 10 PM
Wright patterson air force base Ohio 25 Feb 2026 at 10 PM