Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

R -- Synthesis of Anti-Genomic Sequences

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-06-831-2107
 
Response Due
7/18/2006
 
Archive Date
8/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. *** This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 541690. The associated Standards Industrial Classification Code (SIC) for this procurement is 8748, and the small business size is $6.5M. All interested parties may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for services to produce anti-genomic sequences on a fixed price basis. LINE ITEM 0001: Services to Produce Anti-Genomic Sequences (provided by NIST) and cloned to a vector as identified below, Quantity one (1) Job. STATEMENT OF WORK - The National Institute of Standards and Technology (NIST) will be procuring a library of 48 unique DNA sequences with lengths from 500-2000 nucleotides for potential use in standards development. NIST will provide the artificial, anti-genomic sequences to the contractor. The contractor is required to manufacture the sequence inserts, clone them into a suitable vector for IVT, sequence both strands of each insert and deliver the materials and data to NIST in a manner consistent with their normal commercial manufacturing and packing times. The details of the desired procurement are listed below: Number of Anti- Genomic Clones Nucleotide Length of Sequence Total # of nucleotides 7 500 3500 6 650 3900 8 750 6000 7 850 5950 18 1000 18000 1 1500 1500 1 2000 2000 Total sequence = 48 Total nt: 40,850 Specifications: Sequences will have a 20-30 nucleotide polyA tail, and will be from 40-60% GC content Synthesized inserts will have not more than 5 deviations per 1000 nucleotides from specified sequences Vendor will provide the above mentioned nucleic acids in the following forms: - 10 g of lyophilized plasmid with cloned insert - glycerol stocks of bacterial clones with plasmid DNA sequence chromatograms of both strands FASTA files with insert and vector (complete sequences) Vector and clones must be available for royalty-free distribution as a standard DELIVERY SHALL BE FOB DESTINATION. Delivery is required within 90 days after receipt of Order. *** Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include documentation of accreditation status of the quality system, including a sample ?Standard Operating Procedure? and a sample of a quality-related report on a similar product. Companies proposing to carry out this project shall submit a list of prior work with similar components of this requirement, with a description of how the prior experience is relevant to the current project and how it will enable successful completion of this project. Experience in commercial and custom products is required. The offeror shall demonstrate their understanding of the project and their ability to successfully complete the project through a summary of proposed methodology. *** Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: (1) 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: (2) 52.212-4 Contract Terms and Conditions?Commercial Items; (3) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (4) 52.219-6, Notice of Total Small Business Set-Aside; (5) 52.222-3, Convict Labor; (6) 52.222-21, Prohibition of Segregated Facilities; (7) 52.222-26, Equal Opportunity; (8) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (9) 52.222-36, Affirmative Action for Workers with Disabilities; (10) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (11) 52.225-3, Buy American Act ? Free Trade Agreement ? Israeli Trade Act-ALT I; and (12) 52.232 33, Payment by Electronic Funds Transfer ? Central Contractor Registration; and (13) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** All interested parties should submit quotes to include the following: 1) Pricing; 2) Two copies of the technical description and/or product literature (without pricing); 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joan Smith, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** Submission must be received by 3:00 p.m. local time on July 18, 2006 at 3:00 pm EST. TELEFAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Record
SN01085452-W 20060712/060710220225 (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.