SOLICITATION NOTICE
A -- Monoclonal Antibody Development
- Notice Date
- 9/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-14-707648
- Archive Date
- 10/3/2014
- Point of Contact
- Joshua Dobereiner, Phone: 309-681-6410
- E-Mail Address
-
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.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 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. Solicitation number AG-32SC-S-14-707648 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 541711 (Research and Development in Biotechnology), with a small business size standard of 500 employees. This acquisition is for the following as identified in the Contract Line Item Number (CLIN): 0001) Monoclonal Antibody Development Minimum Specifications: • Demonstrable success with the development of monoclonal antibodies specific to peptide regions containing tyrosine residues nitrated in the 3' phenolic position. Peptide must be at least 95% pure and the nitration verified by mass spectroscopy. • Experienced in the purification and cleanup of antibodies generated to peptides containing a specific 3'-nitration in the relevant tyrosine. Must provide a product that does not cross-react with the native, non-nitrated peptide AND does not react with nitrated tyrosines other than the specific one indicated (i.e. NOT an antibody to generalized nitrotyrosine); must have capacity to generate association and dissociation kinetic parameters via Biacore or similar technology for optimization of applications. • All processes associated with the development of the antibody (peptide synthesis, peptide conjugation, immunization, hybridoma development, hybridoma selection, antibody purification and characterization) must be performed by companies with the following characteristics: - Localized to the continental United States; - No part of the process can be outsourced to a third party; - Close geographic proximity to USDA Beltsville, MD in order to facilitate the iterative exchange of materials for testing; - Facility approved for animal research; - Familiar with Good Laboratory Practice (GLP) and Good Manufacturing Practice (GMP) guidelines as laid out in the Code of Federal Register, 21 CFR 58, Good Laboratory Practice Regulations The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Beltsville, MD 20705 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The basis for award is Best Value to the Government. "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping) and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; AGAR 452.204-70 Inquiries; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than September 18, 2014, 4:00pm Eastern Daylight Time. Questions in regards to this combined synopsis/solicitation are due no later than 4:00 PM EDT on September 11, 2014. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a5af64d479dc2a91dfaf055b0f7b7e6)
- Place of Performance
- Address: Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03500976-W 20140910/140909022738-7a5af64d479dc2a91dfaf055b0f7b7e6 (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 |