Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

B -- RECOVERY - Special studies and analysis—not R&D

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQNIAID10172
 
Archive Date
9/15/2010
 
Point of Contact
Reyes Rodriguez, Phone: 301-402-6074, Linda C Taylor, Phone: 301-402-5762
 
E-Mail Address
rodriguezra@niaid.nih.gov, ltaylor@niaid.nih.gov
(rodriguezra@niaid.nih.gov, ltaylor@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and 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. Submit offers on RFQNIAID10172. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-43 dated August 2, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 325414, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases intend to procure a qty of two (2) Plasmid Production and Recombinant VLP Expression and VLP Purification and Characterization, batch size 5L - equivalent and completion time will be 2-3 weeks. Large scale plasmid preparation and transfection of 293T cells to make the VLPs will be performed as per vendor's protocol. The purification of VLP will be performed using a protocol and standard methods. The transfected cells will be re-suspended in lysis buffer and lysed using two passes with an APV homogenizer. The resulting lysate will be clarified by centrifugation, and clarified supernatant containing the VLPs. They will be ultracentrifuged, as specified in order to pellent the VLPs. The pelleted VLP material will be re-suspended, and the ultracentrifugation step repeated. Following ultracentrifugation, the pellet containing the VLPs will be re-suspended in PBS. The VLP suspension will then be banded on a sucrose ultracentrifugation step gradient. Final purified protein will be concentrated and dialyzed in PBS, filter sterilized through a 0.22 um filter, and stored at 4 degree C. An aliquot of the final purified will be characterized by EM (negative staining) and SDS-PAGE. Deliverables: 1) total yield of purified VLPs and 2) Specification document detailing VLP yield, identity, and purity. Award will be based on: 1) Technical capabilities to meet the required specifications 2) Delivery, and 3) Price. Contact Laboratory for further delivery instructions. Delivery will be made to Bethesda, MD, 20892. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation 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 or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. 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. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Reyes Rodriguez at (301) 402-6074. All responsible sources may submit offers that will be considered by this agency. No offers faxed or e-mailed will be accepted. Offers must be submitted no later than 4:00 p.m. Eastern Daylight Time (EDT), August 31, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22B, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Reyes Rodriguez at 301-402-6074. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQNIAID10172/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02248811-W 20100822/100820235159-4fdbcdb87cd3ac9a22c131bc158a3399 (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.