SOURCES SOUGHT
65 -- Purified Human Metal Transcription Regulatory Factor-1 Protein (hMTF-1 Recombinant Protein) - PDF sources sought
- Notice Date
- 8/7/2012
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0247(SS)
- Archive Date
- 8/29/2012
- Point of Contact
- Chad M. Hines, Phone: 9375224575
- E-Mail Address
-
chad.hines@wpafb.af.mil
(chad.hines@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources sought PDF SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing (QTY: 22) Purified Human Metal Transcription Regulatory Factor-1 Protein (hMTF-1 Recombinant Protein). Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the hMRTF-1 Recombinant Protein: • GenBank accession number: NM_005955 • Protein accession number: NP_005946 • C-terminal Myc-DDK tag • Provided in units of 20ug • A human source • Predicted molecular weight of 80.8 kDa • Purity: >80% purity as determined by SDS-PAGE and Coomassie blue staining • Concentration: > 50 ug/ml • Endotoxin level < 0.1 EU per 1 ug of protein • Reagents remaining shelf-life of at least 3-months after delivery • (6) units delivered immediately following placement of order; (6) units delivered 3-months after initial delivery date; (6) units delivered 6-months after initial delivery; (4) units delivered 9-months after initial delivery • Shipping Terms: FOB: Destination • Payment Terms: Net 30 days after delivery and acceptance of items All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 541711 - Research and Development in Biotechnology. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Chad.hines@wpafb.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PKOAA POC: Chad Hines, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than Noon Eastern Standard Time, Tuesday 14 August 2012. Direct all questions concerning this acquisition to Chad Hines at Chad.hines@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0247(SS)/listing.html)
- Record
- SN02830322-W 20120809/120808001206-9fdf50345eb5ae689ac46ee8aedc5ec0 (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 |