Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOLICITATION NOTICE

68 -- Peptide Synthesis

Notice Date
4/26/2011
 
Notice Type
Presolicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-11-T-0006
 
Response Due
5/10/2011
 
Archive Date
7/9/2011
 
Point of Contact
Michelle Miller, 508-233-6127
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(michelle.marie.miller@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Center-APG, Natick Contracting Division, in support of the Natick Soldier Research Development and Engineering Center's (NSRDEC) Warfighter Science Technology and Applied Research (WarSTAR) Directorate's Materials and Defense Sciences Division (MaDSci), has an acquisition requirement for two general classes of peptide synthesis: (1) linear peptide synthesis; and (2) cyclized peptide synthesis. Additionally, the Government shall require peptide arrays. Sources must be able to: (1) Synthesize peptides with specified sequence and purity (2) adherence to contract schedule, milestone, and delivery requirements, and (3) efficient and effective cost control. The contractor's primary focus shall be to synthesize peptides based on the Government's specified sequence and purity. The specific sequence, purity and quantity for each delivery order will be included on the individual delivery order. All peptide synthesis shall include reverse phase high-performance liquid chromatography (RP-HPLC) and Mass Spectrometry analysis. A certificate of analysis shall be required with each shipment. In addition, peptide arrays shall require peptides to be uncoupled, in individual containers with a purification step. The Government has determined this procurement will be issued as an unrestricted acquisition. This is not a request for proposal. The Government anticipates making one (1) Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite quantity (IDIQ) contract as a result of a Request for Proposals (RFP). The Government anticipates a one-year base ordering period with four one-year options. The anticipated minimum requirement is $7,000. Comments relating to this synopsis should be submitted via email to either Michelle Miller, Contract Specialist, at Michelle.Marie.Miller@us.army.mil or Peter McDonald, Contracting Officer, at Peter.McDonald@us.army.mil no later 10 May 2011. The NAICS code for this acquisition is 325412, and the business size standard is 750 employees. It is anticipated that a solicitation will be released on or about 11 May 2011 with proposals due on or about 10 June 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be861eaf6f51d555586840bf37984a57)
 
Place of Performance
Address: US Army Contracting Command-APG, Natick Contracting Division ATTN: CCRD-NA, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02433985-W 20110428/110426235130-be861eaf6f51d555586840bf37984a57 (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.