SOLICITATION NOTICE
68 -- Peptides
- Notice Date
- 9/7/2004
- Notice Type
- Solicitation Notice
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PS-2004-155-CM
- Response Due
- 9/22/2004
- Archive Date
- 10/7/2004
- Point of Contact
- Cecilia Morales, Contract Specialist, Phone (301) 435-0366, Fax (301) 480-3345,
- E-Mail Address
-
cm71f@nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NHLBI-PS-2004-155-CM, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-24. The North American Industry Classification (NAICS) Code is 325998 and the Employee Size is 500 for this requirement. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions of FAR Part 13. The National Heart, Lung, and Blood Institute (NHLBI), intends to purchase Peptides sequences that are to be used in a clinical trail to vaccinate patients with Leukemia. These Peptides sequences must meet the strict guidelines of the Food and Drug Administration (FDA). 1) The purchase include includes One (1) each of the following sequence numbers H-CYTWNQMNL-OH acetate, 1g, with the following QC testing: MS for Identity; Sequencing by MS for identity; AAA for Identity; RP-HPLC for purity > 95%; Spontaneous cysteine dimerization is not considered an impurity; Quantification of Counter Ion; Quantitative AAA for peptide content; Residual solvents; total fluorine; Bacterial endotoxin, LAL test; Karl Fisher for water content; and Bioburden. 2) Peptide Sequence number H-VLQELNVTV-OH acetate, 2g; and (3) Peptide sequence number H-RMFPNAPYL-OH, acetate, 2g. The QC?s testing for these 2 Peptide Sequences are as follows: MS for Identity; Sequencing by MS for identity; AAA for Identity; RP-HPLC for purity > 95%; Quantification of Counter Ion; Quantitative AAA for peptide content; Residual Solvents; Total Fluorine; Bacterial Endotoxin, LAL test; Karl Fisher for water content and Bioburden. According to the FDA requirements, the peptides will be used to vaccinate patients with leukemia. The objective of the vaccination program is to cure patients with leukemia. The Government is anticipating a delivery date of less than ninety (90) calendar days after receipt of order. The delivery and acceptance point is Bethesda, Maryland. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2 Evaluation - Commercial Items is applicable to this acquisition. The Evaluation procedure is based upon the technical specifications of the product and delivery period. The award will be made to the lowest priced, technically acceptable quote meeting the product specifications and the Government?s requirements. The quote must include an itemized price list. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror?s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later is determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause reads as follows: The offeror must include in the quotation, the product specifications, the unit price, the list price, shipping and handling charges, the delivery time period after the award of the contract, the prompt payment discount terms, the F.O.B. point, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size of the company. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://WWW.arnet.gov/far. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit one (1) copy of the quotation to the address below. The quotation must reference synopsis number ?NHLBI-PS-2004-155-CM?. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Contracts Operations Branch, Procurement Section, Rockledge Building 2, Suite 6042, 6701 Rockledge Drive, Bethesda, MD 20817-7902, attention: Ms. Cecilia Morales, Fax (301) 480-3345. Fax proposals will only be accepted if dated and signed by an authorized company representative.
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland
- Zip Code: 20892-2045
- Country: USA
- Zip Code: 20892-2045
- Record
- SN00666759-W 20040909/040907212745 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |