ChemServ_Intent to Sole Source_MRI

Agency:
State: Missouri
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159840099534397
Posted Date: Mar 7, 2024
Due Date: Mar 22, 2024
Source: Members Only
Follow
ChemServ_Intent to Sole Source_MRI
Active
Contract Opportunity
Notice ID
ChemServ_MRI_(2)_12-month_Extensions
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTE OF HEALTH NIEHS
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 07, 2024 04:06 pm EST
  • Original Response Date: Mar 22, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AJ12 - General Science and Technology R&D Services; General science and technology; Applied Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Kansas City , MO
    USA
Description

THIS IS A NOTICE OF INTENT TO AWARD WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION. THIS IS NOT A SOLICITATION OR A REQUEST FOR COMPETITIVE PROPOSALS.



The purpose of this announcement is to notify all interested parties that the National Institute of Environmental Health Sciences (NIEHS) intends to extend Contract HHSN273201400020C with MRI Global formerly known as Midwest Research Institute on a sole-source basis pursuant to 10 U.S.C 2304(c)(1), Only One Responsible Source. The objective is to extend the term of the contract with the award of two (2) 12-month options. This extension will ensure continuation of mission critical research while the National Institute of Environmental Health Sciences (NIEHS) procurement team continues the to pursue the re-competition of these services under a new cost reimbursement contract.



This notice is being published by NIEHS in accordance with Federal Acquisition Regulation (FAR) Part 5.201 and 5.204 requiring notice of a proposed contract action. This is NOT a request for competitive proposals. The statutory authority for this sole source action is 41 U.S.C.3304(a)(1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Award is subject to approval of the Justification and Approval for Sole Source (J&A).



BACKGROUND



The current contractor provides Chemistry Services to the National Toxicology Program (NTP) to support research and high throughput screening activities. Services include handling, storing, and characterizing test articles, preparing and characterizing test article formulations, analyzing biological samples for test articles, and performing in vivo toxicokinetic evaluations for the National Institute of Environmental Health Sciences (NIEHS) and the Division of Translational Toxicology (DTT). MRI Global specialized facilities, capabilities, and expertise are critical to meet DTT program needs. Some of the specific services provided by MRI Global under this contract include: 1) Chemical logistics and handling, including chemical procurement, handling, shipping; 2) chemical characterization, including identity and purity assessments; 3) formulation services, including method development, validation, dose formulation, and formulation analysis; 4) biosample analysis, including method development, validation and biosample analysis in a variety of matrices; 5) special studies, which include specific aspects of work that could be performed in more than one area; 6) animal studies, including ADME/TK and palatability studies; and 7) activities in support of DTT’s medium- to high-throughput screening research.



The project is designed to study diverse agents that may include: environmental chemicals; chemicals used in manufacturing or industrial settings; naturally occurring chemicals; food additives, preservatives, colorants or flavorings; pharmaceuticals, botanically- and non-botanically-based dietary supplements; herbicides, fungicides, and pesticides; ingredients found in a wide variety of consumer products including soaps, lotions, perfumes and cosmetics; chemicals used in detergents and cleaners, etc.; naturally occurring and synthetic fibers, nanomaterials including carbon nanotubes; metals; plasticizers; flame retardants; mold or mold components; or other agents not specified at this time. Results of this research are used to make decisions regarding the protection of public health. The research supports both DTT’s mission and NIEHS’ overall mission and goals in conducting state-of-the-art scientific research in environmental health science.



MRI Global is considered the only contractor that has a comprehensive understanding of the current technologies used at NIEHS and can meet the NIEHS and DTT’s needs during the 12-month option. Award to another source during the same period of performance would result in substantial disruption, unnecessary costs to the Government, and unacceptable delays in fulfilling the agency's requirements and could not be expected to be recovered through competition. By utilizing the incumbent contractor for this sole source action, the NIEHS can continue day-to-day operations and avoid disruptions to mission essential work.



Once the Justification and Approval for Sole Source (J&A) is approved, this action will add by modification an option to extend the period of performance of contract HHSN273201400020C for 12 months. The revised period of performance will be from 18 July 2024 through 17 July 2025. This extension will increase the contract value accordingly. The current contractor, MRI Global is considered the only contractor that can meet the NIEHS and DDT’s needs during the extension’s period of performance.



Notwithstanding the stated intent, if firms believe they can fully meet the Government's requirement they may submit a written capabilities statement (NOT TO EXCEED 3 PAGES). The capabilities statement must contain sufficient documentation to establish a bona fide capability to fulfill the requirement and must be received by the response date listed in this posting. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice.



Questions regarding this notice can be sent via email to Ms. Mikel Outen at mikel.outen@niehs.nih.gov. ONLY EMAIL RESPONSES WILL BE ACCEPTED.



Thank you for your interest in NIEHS Procurements.


Attachments/Links
Contact Information
Contracting Office Address
  • 530 DAVIS DRIVE
  • MORRISVILLE , NC 27560
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2024 04:06 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >