SOLICITATION NOTICE
99 -- Expression and Purification of Proteins - (Draft)
- Notice Date
- 3/6/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NOI-RML-D-15012
- Archive Date
- 4/3/2015
- Point of Contact
- Bevin L. Feutrier, Phone: 406-375-9826, Julienne Keiser, Phone: 406-363-9370
- E-Mail Address
-
bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov
(bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 March 2015 This is a Notice of Intent (NOI). The Government intends to negotiate on a sole source basis with Proteos for the procurement of protein expression and purification of existing BIIC stock. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-80 March 02, 2015. The North American Industry Classification System (NAICS) code for this procurement is 541990, All Other Professional, Scientific and Technical Services, with a small business size standard of $15.0 million. A small business set aside is not applicable. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure on a sole source basis from Proteos protein expression and purification services resulting in proteins purified from 5 L of infected insect cell culture and associated technical reports. The vendor is to use existing BIIC stocks, previously produced for the Tuberculosis Research Section of NIH, NIAID, to produce both OtsA and OtsB in baculovirus infected Sf9 cells as the 5 L culture scale targeting a purity of greater than 90% and endotoxin levels less than 5 EU/mg. Proteos has previously developed custom techniques and methods for handling OtsA and OtsB as well as custom materials. Place of Performance: NIH, 9000 Rockville Pike, BLDG 33, Bethesda, MD 20892, United States. FOB: Destination The government intends to award a firm fixed price purchase order as a result of this notice of intent that will include the terms and conditions set forth herein. The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.222-25 Affirmative Action Compliance (April 1984) The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Dec 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database 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 ( www.sam.gov ). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 03/19/15. Offers may be mailed, e-mailed or faxed to Bevin Feutrier ; (Fax - 406-363-9329), (E-Mail/ bevin.feutrier@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Bevin Feutrier @ bevin.feutrier@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-D-15012/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9000 Rockville Pike, 33 North Drive, BLDG: 33, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03660413-W 20150308/150306234544-ef49f0fb19ce78399d346723529dbf15 (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 |