SOLICITATION NOTICE
Q -- Service Contract - Measurement of Physical Properties of Protein Solutions
- Notice Date
- 2/5/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Health Library, Bldg. 10, Room 1L25A, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- NIHLM2013673
- Archive Date
- 3/7/2013
- Point of Contact
- Sonya Owens-Cobblah, Phone: 301-594-4666, Maxwell Kimpson, Phone: (301) 435-4380
- E-Mail Address
-
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. The solicitation number is NIHLM2013669 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 2005-43. The North American Industry Classification (NAICS) Code is 541712 and the business size standard is 1,000 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) intends to procure a service contract that can provide measurement of the concentration and shear dependence of the viscosity of highly concentrated solutions of individual proteins, individual polymers, mixtures of proteins and mixtures of proteins and polymers. Services to be performed: The Contractor shall: 1. Prepare highly concentrated solutions of various proteins and mixtures of proteins under conditions of varying pH and ionic strength, as specified by NIDDK. 2. Perform measurements of the concentration dependence of the viscosity of these solutions. 3. Provide detailed documentation of all preparations and measurements, and complete data obtained from each measurement. 4. Contribute to analysis of the results as necessary to be performed: Solutions will be prepared and measurements performed on a continuous basis during the term of the contract. Reports of progress will be provided at least once weekly by the Contractor, and consultations between NIDDK and the Contractor will be held frequently via oral or written communication, so that results may be discussed and experimental goals and protocols revised if necessary in light of results obtained. Special equipment or procedures to be used: The Contractor will perform the requested measurements using a viscometer/rheometer specifically designed to carry out measurements of the type that we wish to perform. The amount of sample required to perform the requested measurements is less than one tenth of that required to perform equivalent measurements using commercially available instrumentation. In addition, the unique automated dilution system incorporated into this special viscometer enables a complete profile of viscosity as a function of concentration to be obtained about twenty times more rapidly than an equivalent set of experiments can be performed using a conventional viscometer. Both of these unique capabilities are essential to performance of the requested measurements within the time frame of the requested contract. Some of the proteins that NIDDK seeks to characterize are engineered monoclonal antibodies that are available only in quantities that are too small to characterize via conventional means. Results obtained from the instrument have been validated by comparison of results obtained for small quantities of several proteins and polymers using the custom viscometer with published results obtained using much larger quantities of the same proteins and polymers in commercially available viscometers. Specifications for measurement: 1. Total sample required for an entire concentration series: <1 ml of the highest concentration solution (up to 200 g/l) 2. Precision of concentration determination: better than 3% 3. Accuracy of viscosity measurement: better than 3% of measured value 4. Precision of viscosity measurement: better than 0.1% 5. Range of viscosity measurement: 1cP to 1000 cP 6. Range of applied shear: 10 s-1 - 104 s-1 7. Temperature control: better than ± 0.5oC 8. Viscosity of each solution must be measured at >25 concentrations obtained via serial dilutions 9. Optional inline measurement of concentration via absorbance 10. Entire series of viscosity measurements performed on a single sample at different concentrations must be completed within 3 hours to avoid sample degradation. 11. Measurements must be made by staff experienced in the preparation and safe handling of valuable biologically derived materials, including engineered monoclonal antibodies. Expected deliverables, if any Data obtained from experiments, complete documentation of all procedures performed in conduct of the experiments. Period of Performance: February 2013 - July 2013 POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. "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: Technical Evaluation, Price, and Past Performance. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) days from the publication date of this synopsis on February 20, 2013 by 4:30 p.m., ET. The quotation must reference "Solicitation number" NIHLM2013673". All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Sonya Owens-Cobblah. Faxed copies will not be accepted. The National Library of Medicine requests the procurement of the professional services contract to provide service and maintenance. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. The contract vehicle is a Firm Fixed price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2013673/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, MD 20892, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02980030-W 20130207/130205234603-b3c00e459d95e7ab4984d96d2fd4c2ea (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 |