SOLICITATION NOTICE
99 -- Laboratory Accreditation Peptide Library Epstein
- Notice Date
- 6/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- REQ1072557
- Archive Date
- 7/6/2010
- Point of Contact
- Mary Rose A. Nicol, Phone: 3018277183
- E-Mail Address
-
MaryRose.Nicol@fda.hhs.gov
(MaryRose.Nicol@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- REQ1072557 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 541690 identified as REQ1072557, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will only be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Statement of Work (SOW)-Laboratory Accreditation Peptide Library Epstein/Misplon 3-2010 Part I: General Information A. Introduction Production of peptide library for H1N1 influenza proteins consisting of 635 17mer peptides overlapping by 10 amino acids B. Background This is a one time order for peptides. We received an internal one year 2010 FDA grant to study the human response to the H1N1 influenza. These peptides will be used in assays to evaluate the human T-cell response to flu. C. Scope We wish to study the T-cell response of humans to the H1N1 influenza. This panel of 635 peptides will span 10 proteins made by the influenza virus. By stimulating human T-cells with these overlapping peptides, we should be able to see which proteins/peptides stimulate the largest and most common response to H1N1 flu. This will help in designing broadly protective vaccines. The scope of this work will be to supply the peptide reagents required for experiments. No other work will be required. Part II: Work Requirements A. Technical Requirements We wish to purchase a L-peptide library that spans 10 proteins of the H1N1 influenza virus. Sequences will be provided by our lab once award has been made. Requirements for the peptides: 635 total peptides spanning the individual proteins NP, NA, M1, M2, NS1, NS2, PB1, PB2, PA, and HA of influenza H1N1 17 amino acids in length with a 10 amino acid overlap. No Q on N2 end, No P on COOH end 1-4mgs of each Supplied in vials, Aliquoted at 2 mg/vial when possible Greater than 70% purity for each peptide Mass Spec and HPLC to quality control each peptide Product may be shipped as each individual protein library is ready. First delivery must occur within 1 month of order. Entire project may take up to 3 months from time of acceptance of peptide sequence to receipt at FDA lab. B. Deliverables The peptide libraries are deliverable. Data from Mass Spec and HPLC as quality control for each peptide. Part III: Supporting Information A. Security There are no security requirements. B. Place of Performance Product is to be delivered to FDA/CBER Building 29B/5G07 29 Lincoln Drive Bethesda, MD 20892 C. Period of Performance This is for the peptide product only. After this contract is met, the contract is ended with no option for extension. D. Special Considerations No special considerations. An award will be made to the offeror whose quote meets or exceeds the Government's requirements as described here in. With all else being equal, then award will be issued based on lowest price. Vendors must be registered in the Central Contractor Register (CCR) prior to award of a contract. You may register by going to www.ccr.gov. You will need your DUN and Bradstreet number and banking information. The anticipated award date is July 1, 2010. The following FAR clauses apply to this combined synopsis/solicitation. 52.212-1 Instructions to Offers-Commercial Items, 52.212-3 Offer Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items, 52.217-8 Option to Extend Services (Nov 1999). All information received by 2:00pm EST on June 21, 2010 will be considered by the Government. All questions must be emailed no later than June 14, 2010 to maryrose.nicol@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/REQ1072557/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02175729-W 20100613/100611235119-ac0c1e60f20c827432c56d54bcd04636 (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 |