Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

A -- Fermentation and large scale production of antimycin-A

Notice Date
1/17/2020 7:03:36 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0220Q0039
 
Response Due
1/31/2020 8:59:59 PM
 
Archive Date
02/15/2020
 
Point of Contact
Wilson, Mary
 
E-Mail Address
bwilson@usgs.gov
(bwilson@usgs.gov)
 
Awardee
null
 
Description
Amendment 00001 to add the following: The United States Geological Survey (USGS), Upper Midwest Environmental Sciences Center (UMESC) requires a producer take seed strain from UMESC, update methods to current day technologies, and produce antimycin-A per the Technical Requirements: 1. Revitalization and propagation and long-term storage of the Streptomyces sp. provided by UMESC (storage vials will be provided by UMESC and returned to UMESC for archiving) 2. From the revitalized Streptomyces sp., aliquots of the viable strain will be lyophilized for long-term storage (storage vials will be provided by UMESC) a. These vials will be returned to UMESC for storage and archiving The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the potential need for services for the fermentation and large scale production of antimycin-A. The United States Geological Survey (USGS), Upper Midwest Environmental Sciences Center (UMESC) requires establishing a manufacture of antimycin-A as an EPA establishment per the Technical Requirements: 1. Antimycin-A fermentation and extraction From Streptomyces sp. (UMESC will provide strain sample) UMESC will provide protocol for fermentation and extraction Structural analog percent composition verified by HPLC-MS per batch A1 - 45 � 5% A2 - 20 � 2% A3 - 24 � 5% A4 - 10 � 2% Final extracted form - powder Water content 90% purity Similar toxicity to EPA TOX Database values (LC50 from 96 hr static in vivo tests) Rainbow Trout: 3.4 ppb Fathead Minnow: 1.4 ppb Bluegill: 4.1 ppb Batch toxicity will be verified by in vivo trials at UMESC Production level: 20 kilograms/year Provide UMESC Scientists with 5 kg/year for other uses Deliverables 1. Antimycin-A; 25 kgs that meet the criteria described in Section II. 2. End of USGS fiscal year (September 30). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541715. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential ability to meet this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM CST on January 31, 2020. All responses under this Sources Sought Notice must be emailed to bwilson@usgs.gov. If you have any questions concerning this opportunity please contact Beth Wilson at bwilson@usgs.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d1ac427a61c4038bbece5a80f83b569/view)
 
Record
SN05538440-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.