Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

68 -- Aliquotes of 15-mer peptide>80% pure

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ4073
 
Response Due
9/3/2004
 
Archive Date
9/18/2004
 
Point of Contact
Linda Taylor, Purchasing Agent, Phone 301-402-6089, Fax 301-480-3695, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689,
 
E-Mail Address
ltaylor@niaid.nih.gov, jfoley@NIAID.NIH.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; quotes are being requested and a written solicitation will not be issued. The solicitation number is issued as a Request For Quotes (RFQ). Submit offers on RFQ4073. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This acquisition will be processed under Simplified Acquisition Procedures and is a small business set-aside. The associated North American Industry Classification Systems (NAICS) code for this acquisition is 325414 and the Small Business standard is 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for Peptide Synthesis Services. The NIAID intends to issue award(s) to one or more offerors that best meet the government evaluation criteria; multiple awards are an anticipated result of this solicitation. The following criteria will be used to evaluate offers: (a) Price and (b) Technical Acceptability. This requirement is for the production of high purity peptides with a short turn-over time for synthesis. Approximately 900 peptides will be needed in total. These synthesized peptides will then be used to develop immune assays to measure the different immune responses of individuals by the VRC. Contractor requirements: Contractor must produce high purity peptides synthesis and short turn-over time peptides synthesis service. Different peptides will be required under this procurement. Independently and not as an agent of the Government, the contractor shall furnish all the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government, as needed to perform the work in the following tasks (1) Contractor must synthesize the requested amount of custom-design peptides (30mg each) with at least 80% purity; (2) For each peptide the contractor must show purity by HPLC, with confirmation by mass spectrum and provide a Certificate of Analysis;(3) Each peptide must be shipped as 6 aliquots of 5mg each in 1.5ml screw-cap polypropylene tubes.(4)The required products will be delivered to Bethesda, MD. The contractor shall package and ship all samples to the required location. Place of Performance: Tasks shall be performed at a vendor provided location. Firm-fixed price purchase order(s) is/are anticipated to result from the award of this solicitation. The offerors proposal should address pricing for each occurrence of peptide synthesis. The anticipated period of performance is 16 weeks from the date of award. FOB Point shall be Destination, inside delivery required for Bethesda, MD. 20892. The following FAR provisions and clauses apply to this acquisition: FAR 52.21-1 Instructions to Offerors Commercial Items; FAR 52.212.2 Evaluation-Commercial;Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items; and FAR 52.225.3 Buy American Act. A completed Copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request. Any responses to this RFQ must be mailed to the Point of Contact indicated below. Offers must be received no later than 5:00 P.M. Eastern Daylight Time (EDT), September 3, 2004. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive/MSC4811, Room 2NE-70-A Bethesda, Maryland 20817-4811. Electronic submission will not be accepted. Request for information concerning this requirement is to be addressed to Linda Taylor at (301) 402-5770. Collect calls will not accepted. All responsible sources may submit an offer that will be considered by this agency. (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR 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.
 
Place of Performance
Address: Tasks shall be performed at a vendor provided location
 
Record
SN00649359-W 20040825/040823211746 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.