Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

66 -- Custome Genes

Notice Date
4/12/2012
 
Notice Type
Presolicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH12T0207
 
Response Due
4/27/2012
 
Archive Date
6/26/2012
 
Point of Contact
Colleen Barnes, 301-619-9599
 
E-Mail Address
US Army Medical Research Acquisition Activity
(colleen.barnes@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This requirement is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) code is 541711. The United States Army Medical Research Acquisition Activity (USAMRAA) has a requirement for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) for the following custom genes to support funded research studies. Contractor Requirements: a)Genes must be synthesized in accordance with nucleic acid sequences (for native DNA sequences) or with protein amino acid sequences (for codon-optimized DNA) provided by the end-user. Designs for all synthetic genes must be approved by the end-user prior to initiation of synthesis. b)When requested by the end-user, DNA sequences must be codon-optimized for maximal protein expression and mRNA stability in cells lines derived from Drosophila melanogaster or Escherichia coli. c)When requested by the end-user, the DNA sequence must be synthesized with specific 5' and 3' nucleotide sequences outside of the gene's open reading frame. d)When requested by the end-user, the DNA sequence must avoid certain restriction endonuclease sites within the sequence. e)When requested by the end-user, the genes must be subcloned into plasmid vectors with either ampicillin or kanamycin resistance genes. f)When requested by the end-user, the genes must be subcloned into an appropriate mammalian expression plasmid under the control of a human cytomegalovirus (CMV) promoter. g)Plasmids must be completely sequenced and correctly match the user-designed sequence. The sequencing data must be provided to the end-user, along with electronic versions of the synthesized gene sequences. h)Plasmids must be supplied lyophilized in individual tubes. i)Plasmids must be synthesized at a scale of 5 micrograms. j)A certificate of analysis and quality control data must be provided for each plasmid. k)Plasmids must be synthesized and delivered within 45 days of award of the contract. l)Contractor must provide evidence of successful past performance generating custom genes that fulfill requirements (a) through (k) listed above. This data will be used by a Technical Expert to evaluate potential vendors prior to award of the contract. Contracts will be awarded to the vendor who provides the best value in terms of price, product quality, and past performance. Contractor must notify the end-user if biosurety documents must be completed to synthesize any of the genes. These documents must be provided when bids are submitted All responsible sources may submit a quote, which shall be considered by the agency. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at https://acquisition.army.mil/asfi/ or https://www.fedbizopps.gov. The solicitation is anticipated for release to the vendor community on or about, April 12, 2012, and will only be available until April 27, 2012. Specifications of the requirement are provided in solicitation: W81XWH-12-T-0207. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors MUST be registered with the Central Contractor Registry at https://ccr.gov/ and may have completed its representations and certification found at https://orca.bpn.gov/. All questions should be addressed in writing to Colleen Barnes, Contract Specialist at colleen.barnes@us.army.mil. Only one set of questions shall be received from each offeror. Numerous emails from one offeror shall not be accepted. Telephone requests will not be honored and bidder lists will not be maintained. All interested parties shall provide their quote to Colleen Barnes at colleen.barnes@us.army.mil by 10:00 a.m. ET on April 27, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12T0207/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02720699-W 20120414/120412235453-ff10e4fbfc4d1b9276bf090c0a92497d (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.