Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SOLICITATION NOTICE

A -- Charge for Redesign/Optimization of Ruminant Assay

Notice Date
5/7/2009
 
Notice Type
Synopsis
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
5630 Fishers Lane, Room 2129 Rockville MD 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-09-1056966
 
Response Due
5/18/2009
 
Point of Contact
Jeankite Joseph, Contract Specialist, Phone 301-827-5095, Fax 301-827-7106, - Christopher E. Cunningham, Contract Specialist, Phone 301-827-7185, Fax 301-827-7106
 
E-Mail Address
jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.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 Federal Acquisition Regulation (FAR) 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 Food and Drug Administration (FDA) is seeking a contractor for the following: Charge for Redesign/Optimization of Ruminant Assay. DESCRIPTION: Contractor shall redesign and re-optimize the ruminant probes in an optimized multiplex 5’-nuclease (Taqman style) probe format for use on the Cepheid SmartCycler, attempting to locate primers and probes within the existing primer/probe regions if practical. What we require for the Contractor is as follows: PROPOSED SOLUTION: 1) Contractor shall redesign and re-optimize the cattle probe in an optimized multiplex 5’-nuclease (Taqman style) probe format for use on the Cepheid SmartCycler, attempting to locate primers and probes within the existing primer/probe regions if practical. 2) Contractor shall incorporate an Internal Amplification Control (IAC) into the assay in an additional detection channel to control for the reporting of false NEGATIVE results. In its present form, the assay does not account for sample inhibitors that can cause a false negative result. An IAC always reports in samples that are truly negative. If the IAC does not report it indicates PCR inhibitors are present from the sample matrix, and thus helps preclude the reporting of a false negative result. 3) Contractor shall optimize the assay for production in a lyophilized bead format in Cepheid Dispensers, for use with Cepheid beaded mastermix reagents. Such a format will provide the greatest convenience, reproducibility, and ease of use for the end user. 4) FDA will provide Contractor with all necessary control DNA materials and DNA sequence information required for development of the assays. FDA will provide Contractor with all primers and probes to be utilized for the assay development and bead manufacturing service, including up 2 separate batches of probes for each assay target, 2 batches of probe for the IAC target (most likely only 1 will be required), and 2 primer sets for each probe tested. Total = up to 8 Taqman probes and 32 primers. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-33. The associated NAICS code is 541711 and small business size standard is $500.0 Million. Period of Performance: Six months for the time of the award Work Hours: 8:00 AM - 5:00 PM Location of Training: CVM/OR 8401 Muirkirk Rd, Laurel, MD 20707 Evaluation Criteria: The FDA will evaluate the offerors proposal submission based on Technical, Past performance, and Price as described below. Technical, Past Performance, and Price are of equal importance. A- Technical Approach and Expertise: The offeror’s proposal shall include a detailed, technically and methodically sound plan. The plans shall include how the Contractor will develop, administer, and report result. The plan shall include the personnel to be committed to accomplishing the plan and indicate the assignments of key personnel. The Contractor shall, through a detailed technical proposal, be able to thoroughly explain the product the Government is seeking to obtain through this requirement. Contractor must demonstrate that their share of savings reflects the risks involved and market conditions. B- Past Performance: FDA will evaluate the offeror's past performance in the conduct of similar tasks and their relevance to this acquisition. C - Price: The Government will evaluate the offeror’s submission/proposal on their ability to provide support at a reasonable and realistic price (to include any discounts offered). OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTE, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (FEB 2009), WHICH ARE AVAILABLE ELECTRONICALLY AT: http://www.arnet.gov/far/current/html/52_212_213.html. The clause at FAR 52.212-4 (Mar. 2009), Contract Terms and Conditions – Commercial Items and FAR 52.212-5 (Apr. 2009), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Sep. 2006), (2) 52.219-8, Utilization of Small Business Concerns (May 2004), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (FEB 1999), (5) 52.222-26 Equal Opportunity (MAR 2007), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans (Sept 2006) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (11) 52.232-33 Payment by Electronic Funds Transfer (Oct 2003). (12) 52.204-7 Central Contractor Registration (Apr 2008). (13) 52.217-7 Option for Increased Quantity—Separately Priced Line Item (Mar 1989) (14) 52.217-8 Option to Extend Services (Nov 1999). (15) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). The quote shall be received on or before 12:00 P.M. local time, Monday May 18, 2009 at the Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, HFA-500, 5630 Fishers Lane Rockville, MD 20857, Attention: Jeankite Joseph. For information regarding this solicitation, please contact Jeankite Joseph, at 301-827-5095, Fax 301-827-7106, or email: jeankite.joseph@fda.hhhs.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1056966/listing.html)
 
Place of Performance
Address: 8401 Muirkirk Rd Laurel, MD
Zip Code: 20707
Country: US
 
Record
SN01811345-F 20090509/090508101046 (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  © 1994-2020, Loren Data Corp.