SOLICITATION NOTICE
B -- Monoclonal Antibody Services
- Notice Date
- 4/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- R13PS80259
- Response Due
- 4/16/2013
- Archive Date
- 4/3/2014
- Point of Contact
- Denver, CO Acquisition Operations ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- 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) Solicitation R13PS80259 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iv) This is a 100% small business set aside. The applicable NAICS is 541711 and the associated size standard is 500 employees. (v) Contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). CLIN 0001 - Monoclonal Antibody Production Services QTY 1 Lump Sum. Firm Fixed Price (vi) Description of requirements for the items to be acquired. Monoclonal Antibody Production Statement of Objectives: 1.0 Background. Zebra (Dreissena polymorpha) and Quagga (Dreissena bugensis) mussels are invasive species introduced to North America during the 1980's. Among freshwater mussel species, they have the unique ability to attach to a variety of surfaces and impede the flow of water. Therefore, Reclamation has a need for a monitoring program that will allow managers to implement in a timely manner accommodating and/or preventative measures at Reclamation water delivery facilities. The larval veliger is the primary means of colonization in new freshwater environments and offers the best avenue for early detection due to its much greater abundance and spatial distribution, relative to attached adults, in the early stages of infestation. The ultimate goal of this project is to mass produce monoclonal antibodies that can be tagged for use in laboratory immunocapture and immunofluorescence methods that target zebra and quagga mussel larvae (veligers). 2.0 Overall Objective. The overall objective of the Monoclonal Antibody Production services is to produce a monoclonal antibody that selectively binds to quagga mussel larvae. Since the target for this project is not a typical immunogen, it is expected that the contractor will have experience generating antibodies against Dreissena spp. (e.g., quagga and zebra mussels) and generating monoclonal antibodies to a wide diversity of intact organisms, agents, and proteins. All hybridoma cell lines, monoclonal antibodies, ascites fluid, culture supernatants, and other products directly funded by Reclamation remain the sole and exclusive property of Reclamation and will be shipped to Reclamation or its named collaborator upon request. 3.0 Contract Objectives. The following is a listing of specific objectives required under this contract: a.Use the provided protein as an immunogen, using a protocol that favors a high affinity IgG response. b.Monitor serum antibody titers throughout the immunization period and provide serum samples to Reclamation or its collaborator for testing and evaluation. c.Create hybridomas through fusion of antibody-producing cells (from highest titer immunization) and at least two myeloma cell lines. d.Test at least 525 fusion cultures for antibody specific to the immunogen and expand all antibody-positive cultures. The contractor is expected to maintain both master and working cell banks. e.Subclone at least 10 antibody-positive cultures. If both fusion partner cell lines produce equal amounts of antibody, cultures from both cell lines will be expanded. If hybridomas from the two cell lines do not produce equal amounts of antibody, all cultures will be derived from the cell line producing the highest antibody concentration. f.Provide all antibody-positive subclones to Reclamation or its collaborator. g.Determine antibody isotypes for each positive clone. h.Perform cross-reactivity ELISA testing of selected clones using proteins provided by Reclamation or its collaborator. i.Provide frozen storage for the products from each stage of the process for at least six months following completion of the project. Stored products will include original fusion cocktails from both cell lines, all developed cell lines, all antibody-positive cell cultures, and back-ups of cell cultures. j.Mass produce antibody for five clones using in-vitro procedures and culture volumes of at least 150 mL. k.Provide Reclamation or its collaborator with cell culture supernatant. l. Purify the final antibody using Protein-A or Protein-G based procedures. 4.0 Constraints: a. Initial target for deliverables is to provide final antibody within three months of receiving the protein antigen, contingent upon protocols proposed by contractor. b. Contractor must provide proof of licensing for producing antibodies from host animals. c. Contractor shall maintain accurate and thorough records of cell lines, clones, and antibody production, following Good Manufacturing Practice guidelines and standardized QA/QC requirements for cell culture-based processes. (vii) Date(s) and place(s) of delivery and acceptance and FOB point -N/A (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must submit a single volume proposal which includes a technical proposal, past performance information, and a firm fixed price offer. Technical proposals must demonstrate capability, therefore, do not merely reiterate the objectives or reformulate the requirements specified in the solicitation. The offeror should submit a specific, detailed, and complete detailed statement of work that demonstrates the offeror has a thorough understanding of the requirements and constraints for accomplishment of the effort. Due to the collaborative nature of this project, the contractor's statement of work shall also detail how the contractor proposes to maintain timely and effective communication with government representatives to assure successful and timely completion of this project. Past performance information must include contract numbers, points of contact with telephone numbers and other relevant information, when applicable. Price information should include a firm fixed price lump sum amount. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, technical approaches, or pricing structures for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (ix) The provision at 52.212-2, Evaluation -- Commercial Items Applies to this acquisition. The following factors, listed in descending order of importance, shall be used to evaluate offers: 1) Technical Experience and Approach - The Offeror's proposal will be evaluated to the extent the offeror's demonstrated experience and proposed technical approach addresses all contract objectives and constraints and represents a realistic and sound approach to meeting the requirement objectives. 2) Past Performance - Past performance evaluation will focus on the quality of recent and relevant previous work produced by the offeror. 3) Price - Price will be evaluated for price fair and reasonableness. Technical and past performance, when combined, are significantly more important when compared to price. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right to make an award to other than the lowest-priced schedule contractor if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, is applicable but see Para (xiii). (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the following; b(8), b(12), b(23), b(26), b(27), b(28), b(29), b(38), b(42), b(47). (xiii) In order to be eligible for award, offerors must be registered, and have their Representations and Certifications uploaded, in the System for Award Management at www.sam.gov. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Offers shall be submitted electronically via email to Thomas Elliott at telliott@usbr.gov and are due April 16, 2013 by 12:00 PM MDT. (xvi) Questions regarding this solicitation must be submitted in writing to Thomas Elliott at telliott@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c034035bcf641e6b89f38d9e0f0ba5e9)
- Record
- SN03027271-W 20130405/130403234252-c034035bcf641e6b89f38d9e0f0ba5e9 (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 |