Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOURCES SOUGHT

68 -- Fetal Bovine Serum

Notice Date
3/22/2017
 
Notice Type
Sources Sought
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-268
 
Archive Date
4/12/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-268 2.Title: Fetal Bovine Serum 3.Classification Code: 68 - Chemicals & chemical products 4.NAICS Code: 325199 - All Other Basic Organic Chemical Manufacturing Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The Biochemistry Section (BCS) is a cell biology laboratory that uses HeLa, HCT116, M7, SH-SY5Y, U2OS, 293T cells to study apoptosis, mitochondria dynamics and Pink1/Parkin-mediated mitophagy over the last 20 years. BCS staff require cell lines daily to study fundamental questions regarding Parkinson's disease, cancer and other neurodegenerative diseases. FBS is required to maintain the basic research for better understanding human diseases. Generic Name of Product: Fetal Bovine Serum Purchase Description: (1) Trade name: Sigma-Aldrich Fetal Bovine Serum (2) Product's brand name: Sigma-Aldrich Fetal Bovine Serum (3) Manufacturer's name: Sigma-Aldrich (3) Model, type, catalog, and/or part number(s): Material Number #F8317-500 ml, Batch Number #16G420 Salient characteristics The Contractor shall provide the NINDS Biochemistry Section, 200 bottles of Sigma-Aldrich fetal bovine [Sigma-Aldrich Material Number F8317-500 ml, Batch Number 16G420] serum that meets the following charecterisics: •Serum must have no visiable cell death or slowing growth during at last one mont of culture time. Transfection efficiency should not be less than the current serum Gemini Biologicals, Cat# 100-106, Lot# A03D00E) being used. •Serum must have tmitophagy induction below 5% with oligomycin and Antimycin A (OAQ) treatment for 24 hours. •Serum must have, at a minimum, 90% or more green fluorescent protein (GFP) intensity and GFP-positive cells. Quantity: 200 bottles of Fetal Bovine Serum in 500 ml bottle Delivery Date: Contractor shall deliver 200 bottles of fetal bovine serum. Government shall, in writing or via email, notify Contactor to deliver 50 bottles of fetal bovine serum at a time. Contractor shall deliver within 1 week of notification. Bottles shall be delivered to 35 Convent Drive, Building 35, Room 2C915. Office-site storage shall be provided until all 200 bottles are delivered. Purpose and Objectives: The purpose of this acquisition is to procure Fetal Bovine Serum (FBS) used in mammalian cell lines for cell culture research. Due to the nature of FBS production, the quality varies from lot to lot, company to company; hence it is extremely important to secure a large amount of FBS from the same lot to maintain consistency of cell growth and performance, which is the key for generating reproducible data. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirements: Approximately 1 week after receipt of order. Capability Statement: Contractors that believe that they possess the ability to provide the required equipment, warranty, and installation should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment and warranty 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNs number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-268/listing.html)
 
Record
SN04443435-W 20170324/170322234344-3f66de9df314e742346a91e73561fa8c (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.