SOLICITATION NOTICE
Q -- OAR Bhoc Nucleobase Acids
- Notice Date
- 8/3/2022 4:36:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 54138
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-22-231
- Response Due
- 8/14/2022 8:00:00 AM
- Archive Date
- 08/29/2022
- Point of Contact
- GRIFFIN, VERNE L, Phone: 3015947730, HAUN, PATRICIA M, Phone: 13014437786
- E-Mail Address
-
verne.griffin@nih.gov, haunp@mail.nih.gov
(verne.griffin@nih.gov, haunp@mail.nih.gov)
- 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.� This solicitation number is NICHD-22-231 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 2022-06.� The North American Industry Classification (NAICS) Code is 54138 and the business size standard is $15.0M.� It is the intent of The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK) to award a purchase order, without providing for full and open competition, to Polyorg, Inc.� 10 Powers Street � Leominster, MA 01453, to procure OAR Bhoc Nucleobase Acids. The objective of the research is to advance the testing of thyclotides as probes to signal the presence of infection or disease. To properly make thyclotides oligomers, the lab must have the correct building blocks that will be made from the materials to be purchased in this contract. Results from each set of tests done are added to the file that will eventually be submitted for FDA approval as a new diagnostic test.� The continuity of the project is enhanced using as few Clinical Research Organizations (CROs) as possible and only CROs technically qualified to meet the specific needs of the research.� SALIENT / REQUIRED FEATURES AND SPECIFICATIONS ����������� Experience in drug synthesis and compliance with FDA requirements and drug development protocols is required. ����������� Purify each molecule via recrystallization or silica gel chromatography ����������� Perform characterization by Nuclear Magnetic Resonance (NMR) and check purity by Mass Spectrometry (MS) ����������� Final products must be delivered with requested quantity for each molecule, with purity more than 98%. ����������� Final products will be analytically tested by NIDDK before final acceptance. ����������� Scale of synthesis � Synthesis may be performed in batches.� A complete certificate of testing (Analysis) will be provided for each synthetic batch. Obtaining synthesis service will allow NIDDK lab to pursue advanced experiments without needing to continually repeat established protocols. ����������� 40 g A(Bhoc)-OH, 60 g C(Bhoc)-OH, 80 g G(Bhoc)-OH � These materials will be converted into the monomers needed to make cyPNA probes and thyclotides to target specific nucleic acids sequences associated with infection or disease. ����������� Certificate of Analysis (COA) for each molecule synthesized (per batch) TASK AREAS���� Task Area 1 � Nucleobase Acetic Acids � The Contractor shall provide synthesis, and analysis for 40 g A(Bhoc)-OH, 60 g C(Bhoc)-OH, and 80 g G(Bhoc)-OH Task Area 2 � Lab Protocol Adherence � The Contractor shall follow the confidential synthetic protocols from the NIDDK lab and provide written documentation of all deviations from established protocols (upon request from Project Officer). NIH Laboratory Protocol(s) will be provided upon award. Task Area 3 � Shipping Instructions � The Contractor shall ship 40 g A(Bhoc)-OH, 60 g C(Bhoc)-OH, 80 g G(Bhoc)-OH in a glass or plastic canister inside a protected shipping box or package to NIH campus, Bethedsa, MD, 90-days from contract award. NIH Fed Ex shipping account to be charged and will be provided at time of award. The offeror must include a completed copy of the following provision�s along with their quote:� FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items; FAR Clause 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment; FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items: Evaluation Factors (1) technical capability to provide all services/consumables, etc.; (2) price; and (3) past performance. Technical capability and past performance, when combined, are significantly more important than cost/price; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition, apply to this acquisition.� The offeror must include their Unique Entity ID: (UEI), 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 providing the Government with the services specified in this synopsis should submit their quotation to the below address.� Quotations will be due ten (10) calendar days from the publication date of this synopsis or August 14, 2022 at 11:00 AM.� The quotation must reference �Solicitation number� NICHD-22-229.� All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.� Quotations must be submitted by email to Verne Griffin at verne.griffin@nih.gov.��� Faxed copies will not be accepted
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/00d2e939f9de4e92bea1fcfde4e5123e/view)
- Record
- SN06412425-F 20220805/220803230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |