Induced Pluripotent Stem (iPS) Cell-Derived Differentiated Cells

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Wisconsin
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Feb 3, 2023
Due: Feb 10, 2023
Solicitation No: 75N95023Q00087
Publication URL: To access bid details, please log in.
Follow
Induced Pluripotent Stem (iPS) Cell-Derived Differentiated Cells
Active
Contract Opportunity
Notice ID
75N95023Q00087
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 03, 2023 10:02 am EST
  • Original Date Offers Due: Feb 10, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6505 - DRUGS AND BIOLOGICALS
  • NAICS Code:
    • 325414 - Biological Product (except Diagnostic) Manufacturing
  • Place of Performance:
    Madison , WI 53711
    USA
Description

NON-COMPETITIVE



COMBINED SYNOPSIS / SOLICITATION

RFQ # 75N95023Q00087





Title: Induced Pluripotent Stem (iPS) Cell-Derived Differentiated Cells





(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 RFQ # 75N95023Q00087and 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 February 16, 2023.





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. NCATS has been using this vendor’s 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.





Pursuant to FAR Subpart 13.501(a)(1)(iii) the justification (excluding brand-name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award.





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-01 effective December 30, 2022.





(iv) This acquisition has no set-aside restrictions. The associated NAICS code is 325414 and the small business size standard is 1,250 employees.



DESCRIPTION





(v) This acquisition is for the following items:





Product No.



Description



Qty



R1092



iCell Astrocytes Kit, 01434



151



C1148



iCell DopaNeurons GBA N370S, 11344 [CELL ONLY]



6



C1150



iCell DopaNeurons LRRK2 G2019S, 11299 [CELL ONLY]



6



C1028



iCell DopaNeurons, 01279 [CELL ONLY]



20



C1087



iCell DopaNeurons, 01279 [CELL ONLY]



7



C1176



iCell GABANeurons (APOE 2/2), 01434 (CELL ONLY)



6



C1167



iCell GABANeurons (APP A673T), 01279 (CELL ONLY)



6



C1168



iCell GABANeurons (APP A673V), 01279 (CELL ONLY)



6



R1011



iCell GABANeurons Kit, 01279



25



C1008



iCell GABANeurons, 01279 [CELL ONLY]



23



R1034



iCell GlutaNeurons, 01279



25



C1033



iCell GlutaNeurons, 01279 [CELL ONLY]



20



C1110



iCell Microglia, 01279 [CELL ONLY]



40



R1145



iCell Motor Neurons (TDP43 M337V) Kit, 01279



10



R1144



iCell Motor Neurons (TDP43 Q331K) Kit, 01279



10



R1049



iCell Motor Neurons Kit, 01279



78



M1031



iCell Nervous System Supplement



33



M1032



iCell Neural Supplement A



33







(vi) Delivery shall be made to the following location, FOB Destination:





The National Center for Advancing Translational Sciences (NCATS)



9800 Medical Center Drive, Bldg. B



Rockville, MD 20850

Delivery will be in three (3) separate shipments tentatively scheduled to occur on the below dates. The tentative shipment schedule, including how much of which items are to be in each shipment, is attached.



1. March 1, 2023



2. March 15, 2023



3. April 3, 2023





EVALUATION AND AWARD





(vii) The anticipated award date is February 16, 2023.





(viii) The Government plans to award a fixed-price purchase order resulting from this solicitation. The resulting award will be made to Fujifilm Cellular Dynamics, Inc. as long as it is technically acceptable and at a fair and reasonable price. If additional quotations are received, the award will be made to the vendor who represents the best value to the Government, price and other factors considered. The Government will use comparative evaluations to determine which quotation is the best value, in consideration of the following evaluation criteria: Technical Capability, Past Performance, and Price.



SUBMISSION INSTRUCTIONS





(ix) All responses to this RFQ must be received by 3:00pm Eastern Time on February 10, 2023 and must reference the solicitation number cited above. Responses must be submitted via email to Maggie Brant at maggie.brant@nih.gov. Fax responses will not be accepted.





(x) This is an RFQ. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Any representations and/or certifications attached to this RFQ must be completed by the quoter.



(xi) Responses to this RFQ must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. 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.



(xii) All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Responses must also include the Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), the certification of business size, the completed FAR Provisions 52.225-2 and 52.229-11 (both attached), and a quotation that includes:



1. The total price (inclusive of all costs, fees, shipping, etc.),



2. Individual prices for each listed line item,



3. Prompt payment discount terms,



4. Product or catalog number(s),



5. Product/service description, and



6. Any other information or factors that may be considered in the award decision. Such factors may include: 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.





(xiii) For information about this RFQ, contact Maggie Brant, Contracts Specalist, at 301-827-1771 or maggie.brant@nih.gov.



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



TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS



(xv) 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



https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



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



1. FAR 52.204-7, System for Award Management (Oct 2018)



2. FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)



3. FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)



4. 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Nov 2021)



5.HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)



4. FAR 52.214-34, Submission of Offers in the English Language (Apr 1991)



5. FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991)



6. FAR 52.229-11, Tax on Certain Foreign Procurements – Notice and Representation (Jun 2020)





(xvi) 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 https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html





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:




  1. FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  2. FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  3. FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2021) Addendum to this FAR clause applies to this acquisition and is attached.

  4. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)

  5. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)





The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.






  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022)

  • NIH Invoice and Payment Provisions (April 2022)





(xvii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition.





(a) The Government will award a contract resulting from this solicitation 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 offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance.





(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.”





(xviii) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.





(xiv) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.





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



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



(xvii) 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. 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.





ATTACHMENTS





(xviv) The following are attached in full text:



1. Tentative Shipment Schedule



2. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Nov 2021) (Tailored)

3. The provision at FAR 52.225-2, Buy American Certificate (Feb 2021)

4. The provision at FAR 52.229-11, Tax on Certain Foreign Procurements—Notice and Representation (Jun 2020)

5. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Products and Commercial Services (Jan 2022)



6. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



7. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)



8. FAR 52.212-4_Addendum_Supplier_Licenses

9. NIH Invoice and Payment Provisions and Electronic Invoicing Instructions (April 2022)








Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
D Att. 5 FAR 52.212-5 (Dec 2022) FILLABLE 12-30-2022.pdf (opens in new window)
3 MB
Public
Feb 03, 2023
D Att. 8 FAR 52.212-4_Addendum_Supplier_Licenses.pdf (opens in new window)
771 KB
Public
Feb 03, 2023
D Att. 2_FAR 52.212-1 (Nov 2021) (TAILORED).pdf (opens in new window)
458 KB
Public
Feb 03, 2023
D Att. 9 Invoicing Instructions With IPP_Updated_04212022.pdf (opens in new window)
199 KB
Public
Feb 03, 2023
D Att. 1 Tentative Shipment Schedule.pdf (opens in new window)
144 KB
Public
Feb 03, 2023
D Att. 4_FAR Provision 52.229-11 (Jun 2020).pdf (opens in new window)
154 KB
Public
Feb 03, 2023
D Att. 7 FAR 52.204-26 (Oct 2020) (2).pdf (opens in new window)
114 KB
Public
Feb 03, 2023
D Att. 6 FAR 52.204-24 (Nov 2021) (1).pdf (opens in new window)
122 KB
Public
Feb 03, 2023
D Att. 3_FAR 52.225-2 BuyAmCert.pdf (opens in new window)
90 KB
Public
Feb 03, 2023
file uploads

Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 03, 2023 10:02 am ESTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

IMPORTANT NEWS & UPDATES: THE DIVISION OF FACILITIES DEVELOPMENT (DFD) WILL NOW BE

State Government of Wisconsin

Bid Due: 4/10/2024

View Bid Back to Bids Solicitation Reference #: RFP #24-04 Title: Elementary Social

State Government of Wisconsin

Bid Due: 5/03/2024

IMPORTANT NEWS & UPDATES: THE DIVISION OF FACILITIES DEVELOPMENT (DFD) WILL NOW BE

State Government of Wisconsin

Bid Due: 4/03/2024

Follow Adding Renewal Option - Notice of Intent for Office Space in Milwaukee

GENERAL SERVICES ADMINISTRATION

Bid Due: 4/12/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.