(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 75N95021Q00168 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 expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated award date is May 12, 2021.
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) to Fujifilm Cellular Dynamics, Inc. 465 Science Drive, Madison, Wisconsin 53711-1074 for induced pluripotent stem (iPS) cell-derived differentiated cells for the National Center for Advancing Translational Sciences (NCATS). The justification is NCATS has been using this vendor’s different type of neuronal cells and endothelial cells for the biofabrication of 3D tissue models, and it is critical to continue using this vendor’s cells to keep uniform data going forward and avoid variables that could skew results.
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.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05 dated March 10, 2021.
(iv) This acquisition has no set-aside restrictions. The associated NAICS code is 325414 and the small business size standard is 1,250 employees.
(v) This acquisition is for the following list of contract line item numbers (CLINs) and items, quantities, and units of measure (including option(s), if applicable):
CLIN 01:
Product # R1092
Description: iCell Astrocytes Kit, 01434
Quantity: Fifty (50)
CLIN 02:
Product # R1088
Description: iCell DopaNeurons, 01279
Quantity: Twenty (20)
CLIN 03:
Product # R1032
Description: iCell DopaNeurons, 01279
Quantity: Ten (10)
CLIN 04:
Product # C1028
Description: iCell DopaNeurons, 01279 [CELL ONLY]
Quantity: Forty (40)
CLIN 05:
Product # R1013
Description: iCell GABANeurons, 01434
Quantity: Ten (10)
CLIN 06:
Product # C1012
Description: iCell GABANeurons, 01434 [CELL ONLY]
Quantity: Forty-five (45)
CLIN 07:
Product # R1116
Description: iCell GlutaNeurons 3 Pack, 01279
Quantity: Fifteen (15)
CLIN 08:
Product # R1034
Description: iCell GlutaNeurons, 01279
Quantity: Forty (40)
(vi) The purchase description is included as Attachment 1 to this Solicitation.
(vii) The place of delivery and acceptance shall be:
The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850
Delivery will be in four (4) separate shipments with each containing a quarter quantity of all items. Delivery dates will be as follows:
Shipment 1: On or before June 1.
Shipment 2: Not sooner than June 15 or later than July 1.
Shipment 3: Not sooner than August 15 or later than September 1.
Shipment 4: Not sooner than September 15 or later than September 30.
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items,
applies to this acquisition.
(ix) 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:
a. Technical capability of the item offered to meet the Government requirement;
b. Price; and
c. Past performance as defined under FAR 13.106-2(b)(3).
(x) Offerors are to include completed copies of the provisions at:
FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers;
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; and, if applicable,
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with offers.
(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.
The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference:
FAR 52.204-7, System for Award Management (Oct 2018)
FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.214-34, Submission of Offers in the English Language (Apr 1991)
FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991)
FAR 52.225-2, Buy American Certificate (Feb 2021)
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 apply to this acquisition and are incorporated in full text as attachments:
NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH Contractors/Vendors (2/10/2021): NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25. Addendum to these invoicing instructions applies to this acquisition, and the additional instructions are as follows: The Contractor will invoice for payment upon completion of deliveries.
(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) This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall contain a quotation that includes the total price, as well as: the 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, 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. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement.
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 11:59 AM, Eastern Time on May 12, 2021, and reference Solicitation Number 75N95021Q00168. Responses must be submitted by email to the Contracting Officer at [email protected].
(xiv) The name and telephone number of the individual to contact for information regarding the solicitation:
Mark McNally, Contracting Officer, 301-827-5869, [email protected].
Attachments