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
SOLICITATION NOTICE

66 -- RetroNectin

Notice Date
3/22/2017
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
17007339
 
Archive Date
4/7/2017
 
Point of Contact
Andre M. Moody, Phone: 3014022677
 
E-Mail Address
moodya@cc.nih.gov
(moodya@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent, not a request for a quotation. A solicitation document will not be issued and quotations will not be requested. The Government intends to award a fixed price purchase order with one twelve (12) month base period to Clontech Laboratories, Inc., San Francisco, CA 94145-0794. The Period of Performance for this award shall be April 30, 2017 - October 31, 2017. The Department of Transfusion Medicine (DTM) at the National Institutes of Health (NIH) Clinical Center (CC), Bethesda, MD has a requirement to procure the below supply and quantity. Item Number: T201 Description: RetroNectin (GMP) 2.5mg Unit of Issue: Each Quantity: 40 The CC is a clinical research hospital providing medical services for patients participating in human research protocols of the NIH. The CC provides patient care facilities and services for clinical investigations by the NIH Institutes, research in related areas, and other training programs. The CPS is responsible for the manufacture of human cells and tissue-based products utilized in phase MI clinical protocols for transplantation, adoptive immunotherapy and gene therapy conducted in the Clinical Center at the NIH. Cell processing procedures are tailored to each of the 30 or more different patient-care clinical research protocols supported. Clontech is the only US distributor of clinical grade RetroNectin which has been used (via foreign manufacturer Takara) in all gene therapy based clinical trials worldwide. It is used in preparation for treatments for patients with Deficient Severe Combined Immunodeficiency (SCID) enrolled FDA approved protocols. The protocols are as follows: NHLBI 12-C-00112, NHGRI II/007/IND 150141, NIAID protocol 01HGO189/IND 8556. It is also used in I-DA approved protocol for NCI's treatment of patients with Acute Lymphocytic Leukemia (ALL) HI2-C-0112/1ND14985. It has been shown that coating culture vessels with RetroNectin improves transduction efficiency facilitating the interaction between cells and retroviral vector. Transduction efficiency is the measurement of the number of cells that has been infected by a viral construct containing the protein one would want their cells to express. The less the cells expressed regarded the protein in the tile case of our process, the less they work once infused into patients. The methodology was designed, established and validated using the reagent. The manufacturing process was submitted, reviewed and approved by FDA. If RetroNectin is not used it would mean that the process would have to go before the FDA regulatory agency for re-approval as no substitutions or deviations are otherwise permissible. Additionally this could prove life threatening to the patient. This acquisition is being conducted under the authority of the FAR Subpart 13.106-1(b). Interested concerns capable of providing the same or similar products or services as described in the notice may submit a capability statement outlining their capabilities. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Each response should include the following Business Information: a. DUNS b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, HubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal /SAM#1 e. Capability Statement Comments to this announcement, referencing this posting number, may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Andre Moody, Contract Specialist, amoody@cc.nih.gov by the due date and time marked in this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/17007339/listing.html)
 
Place of Performance
Address: 6707 Democracy Blvd., Suite 106, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04443751-W 20170324/170322234644-337250b8a170d980a2a1d7034ebe5782 (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.