This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00201 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-05. The North American Industry Classification (NAICS) Code is 325199 and the business size standard is 1250e. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Cyclope Bio SL for the following products/requirements:
- DA-03 100g (1R,2R)-trans-N-Boc-1,2 Cyclopentanediamine – Qty (100g)
- DA-13 100g (3R,4R)-trans-N-Boc-Tetrahydro-3,4-furandiamine – Qty (100g)
- DA-17 100g (3S,4S)-trans-N-Boc-Tetrahydro-3,4-furandiamine – Qty (100g)
- Research to develop route to RR and SS pyrrolidine analogs of DA-13 and DA-17, and delivery (if successful) of 1-5g of each enantiomer
The objective of the research is to advance the testing of thyclotides as probes to signal the presence of infection or disease. To properly make thyclotide oligomers, the lab must have the correct building blocks that will be made from these procured materials. Results from each set of tests done are added to the file that will eventually be submitted for FDA approval as a new diagnostic test. This is a continuity of services that Cyclope Bio has been providing for the lab for this ongoing project. Thus, changing vendors could lead to change in variables which would compromise the integrity of the ongoing project. Cyclope Bio will continue to convert these procured materials into the monomers needed to make thyclotide probes to target specific nucleic acids sequences associated with infection or disease. These products must be greater than 98% pure, must each have an enantiomeric excess greater than 99% and must be 100g for each cyclopentane and tetrahydrofuran product. The company, Cyclope Bio, is an established chemical company with specific expertise to make and analyze the molecules in this purchase. CyclopeBioSL has proprietary technology to make the required molecules. This is a highly specific research-based purchase to acquire materials that are not commonly produced. These are synthetic materials that do not occur naturally and must be made using custom protocols. There is no other vendor that can provide the same materials in the quantity and enantiopurity that is required.
Purchase Order type:
This will be a fixed firm price purchase order.
Delivery/Shipping:
The vendor shall deliver materials to: The National Institutes of Health,9000 Rockville Pike, Bethesda, Maryland 20892. POC: To be determined, to be contacted for scheduling delivery and receiving of the required goods. Delivery timeframe within 90 days ARO.
The vendor shall plan with their shipper to transfer and deliver material and will coordinate all aspects of US customs especially when dealing with sensitive or controlled materials.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items - FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025) (Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025) (Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation.
The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Quotations will be due no later than September 3, 2025, before 5:00 pm EDT. via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number” 75N94025Q00201. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00201 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration (in the SAM database @ www.sam.gov) for all awards and shall continue to have an active registration until time of award, during performance, and through final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”