Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
SOLICITATION NOTICE

99 -- Custom Library construction for cDNA

Notice Date
8/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting 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
NIAID-RFQ-15D1741799
 
Archive Date
9/9/2015
 
Point of Contact
CLINTON SCOTT, Phone: 240-669-5098, Pamela E. Nevels, Phone: 240-669-5089
 
E-Mail Address
scottcl@niaid.nih.gov, pamela.nevels@nih.gov
(scottcl@niaid.nih.gov, pamela.nevels@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial service items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. The solicitation number for this acquisition is NIAID-RFQ-15D1741799. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-83) dated July 2, 2015. This acquisition will be processed under Simplified Acquisition Procedures and is a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) has a requirement for a Custom Library construction for cDNA. NIAID is interested in finding host proteins that interact specifically with ebola virus proteins from species adapted strains when compared to homologous and heterologous hosts. There are no select agent or infection concerns, the lab will provide individual viral proteins, none of which are toxins. NIAID intends to procure at 4 viral proteins (VP24, NP, VP35, and L) from 2 isolates, mouse adapted and wild type parental (8 total proteins) and would like to screen against C57BL/6 and rhesus or cynomolgus macaque libraries. The 'unique binders' are of particular interest. They expect completion of the service within 3 months, will provide library construction from primary macrophage cells, will provide bait vector construction, will provide toxicity testing, will provide self-activation testing, and do not claim intellectual property on the data. Also validates the library and ensure that it will contain at least 3 million primary clones, 23 of these will be picked randomly to determine the average insert size, insert size range, and percentage of vectors with inserts. At least 87% of the vectors will contain inserts and the average insert size will be >1.2kb with a range of 0.5kb to 3kb. The high quality standard and relatively quick completion time best meet our needs. All responsible sources who have the ability to provide these services may submit a response that will be considered. The following factors shall be used to evaluate offers: Award will be based on: 1) Capabilities to meet the required specifications, 2) Delivery, 3) Price. The North American Industry Classification System (NAICS) Code for this acquisition is 541690 which have a small-business size standard of 15mil employees. This is a firm fixed-price contract and the FOB terms are 'Destination' and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR52.212-2 Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR52.212-4 Contract Terms and Conditions Commercial Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer- Central Contractor Registration. In order to be considered for an award, an 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 SAM www.sam.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 [Note: Lack of registration in the System for Award Management (SAM) https: //www.sam.gov. will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Time on Tuesday August 25, 2015. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 5601 Fishers Lane, Room 3A57, MSC 9822 Rockville, Maryland 20892. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, e-mailed to scottcl@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Clinton Scott at 240-669-5098. Collect calls will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-15D1741799/listing.html)
 
Place of Performance
Address: 8200 RESEARCH PLAZA RM: 3A109, FREDERICK, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN03839517-W 20150816/150814235334-d4fb7ef2b1ef0cc7b8da2008ba446035 (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.