Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2006 FBO #1644
SOLICITATION NOTICE

99 -- Custom Peptides Custom Synthesis

Notice Date
5/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ6034
 
Response Due
6/5/2006
 
Archive Date
6/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation, to procure commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This procurement is being issued as a Request for Quotation (RFQ6034). This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09 April 19, 2006. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 325414 and the Small Business Size Standard is 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to procure productions of 2 sets of 123 custom peptide synthesis HIV-1 Consensus B Gag Peptides. The custom Peptide Synthesis HIV-1 Consensus B Gag Peptides shall consist of the following Statement of Work. 1. Containers: 2 sets 123 peptides supplied as 5 mg each in individual vials. 2. Purity Level: >80% (according to HPLC) 3. Peptide analysis: HPLC MS (MALDI or ESI) and AAA will be taken and all data provided together with the shipped peptides. HPLC: All peptides will be analyzed via HPLC at 220nm using a C18 RP column and running a linear gradient (eluents A: water, 0.05% TFA; eluent B: ACN, 0.05% TFA). Mass spectra will be taken either by MALDI-TOF-MS (Voyager DE, Applied Biosystems) or ESI-MS (Agilent MSD with quadrupole detection and/or ion trap detection). 4. Aliquotation: Aliquotation of 1 x 1 mg, 5 x 1mg or 10 x 1mg (net weight) will be made from a single bulk solution using an automated liquid handling system followed by lyophilization. 5. Solubility information: Qualitative solubility information is provided for solubility of peptides in Water, PBS, 10% acetic acid, DMSO. 6. All vial and box labels will be labeled according to the format provided by the NIAID AIDS Reagent Program 7. All peptides will be accompanied by Analytical Data Sheets providing comprehensive information about: ARP/NIH code number, primary sequence, batch number, peptide content, AAA results, theoretical vs. detected mass, purity, appearance of product and nature of counter ions. 8. All original data from HPLC and MS will also be included hardcopies. All peptides have free N-(amino) and C- (carboxy)-termini. 9. Peptide chemistry: standard F moc based chemistry is applied (more details upon request) 10. The final product returned results from a single lot. 11. All peptide production, purification and analysis is performed under a Quality Management System certified according to the DIN EN ISO 9001:2000 standards. 12. Several of the peptides may have high aggregation potential which may result in synthetic and purification difficulties. Such problems will be brought to the attention with prime contractor as soon as feasible. The following Evaluation Criteria will be used to evaluate offers: a) Price; b) Technical and Professional ability to meet the government?s needs; c) Delivery is less than 8 weeks. The FOB Point shall be Destination, Bethesda, Maryland, 20892. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items: Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications-Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; Far 52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items; FAR 52.225-3 Buy American Act, Also Applies. To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Mrs. Diane Jeffers at (301) 402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 5:00 P.M Daylight Savings Time June 05, 2006. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive Room 2NE70A, Bethesda, Maryland 20817-4812. Electronic Transmission will not be accepted. Request for information concerning this requirement are to be addressed to Mrs. Diane Jeffers at (301)402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: Delivery to NIAID/NIH, Bethesda, MD
Zip Code: 20892
 
Record
SN01058022-W 20060528/060526220334 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.