Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SPECIAL NOTICE

99 -- Procurement of Bovine Serum to be Used for the Growth of Human Cancer Cell.

Notice Date
7/28/2020 11:34:16 AM
 
Notice Type
Special Notice
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00083
 
Response Due
8/7/2020 9:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
William Neal, Phone: 2402765433, Reyes Rodriguez, Phone: 2402765442
 
E-Mail Address
william.neal@nih.gov, reyes.rodriguez@nih.gov
(william.neal@nih.gov, reyes.rodriguez@nih.gov)
 
Description
Title: �Procurement of Bovine Serum to be Used for the Growth of Human Cancer Cell. Document Type:�������� �� Special Notice Solicitation Number: ����75N91020Q00083 Posted Date:�������������� ����� 07/28/2020 Response Date:���������������� 08/07/2020 Classification Code:� 6505 � DRUGS AND BIOLOGICALS NAICS Code:� 325412 � Pharmaceutical Preparation Manufacturing.����������� Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD� 20892, UNITED STATES. Description: The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Lymphoid Malignancies Branch (LYMB), Office of Acquisitions (OA) plans to procure on a sole source basis program laboratories study of the molecular mechanisms of B cell lymphomagenesis with the goal of identifying new molecular targets for therapy.� A critical part of this effort is the growth of cell line models of various lymphomas in tissue culture.� This requires TET (tetracycline)-free fetal bovine serum (FBS) from R&D Systems, 614 McKinley PL NE Minneapolis, MN, 55413-2610. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 325412. One award will be issued under this solicitation. This will be awarded as a severable firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND This product is required for the growth of human cancer cells in the lab to study their properties and to find new therapies.� It is critical for the research of all employees in the Lymphoid Malignancies Branch (LYMB). Tetracycline (TET)-free fetal bovine serum (FBS) is an essential supplement, required for the culture of all cancer cell lines and primary tumors samples studied in the lab to find new cancer therapies. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The NCI Lymphoid Malignancies Branch (LYMB) cell line models of various lymphoid cancers have been at the NCI engineered with systems from the expression or deletion of cancer genes under the control of genetic elements that respond to the addition of tetracycline (TET).� Since this antibiotic is often used in raising cattle, LYMB needs to make sure it is absent from the bovine serum the lab uses (TET-free) to preserve the genetic control of its cell lines.� Serum also varies in its nutritional value, and the NCI has tested lots to determine the best for growth of its cells to provide consistent scientific results for NCI�s cancer research. �The following product features/characteristics are required for this requirement: Tetracycline (TET)-free 500ml bottles of Fetal Bovine Serum (FBS) from Lot J19136. Serum requires to be optimal for the growth of human cancer cell lines used by the NCI. FBS shall be shipped frozen on dry ice and stored at a temperature of -80C until delivered. All shipping charges must be included in the quote. The NCI will not be responsible for any charges not included as part of the quote. DELIVERY ����������� Deliver to: ����������� 9000 Rockville Pike ����������� Bethesda, MD 20892 SPECIAL CONSIDERATIONS REGARDING DELIVERIES DURING COVID-19 The Contractor shall store or retain all supplies furnished under this order until notified by the NCI Contracting Officer, COR, or technical point of contact (TPOC) of a delivery date. The Contractor shall deliver supplies no later than 30-days after notification. The Contractor shall not sell supplies furnished under this order to another company or party if the NCI is unable to accept delivery due to conditions related to COVID-19. Training and installation as required by the Statement of Need may be delayed due to conditions related to COVID-19. If services provided under this order are delayed, the Contractor shall provide all services at different times and dates at no additional cost. The Contractor shall direct all courier and delivery services � including those not operated by the Contractor (e.g. FedEx, USPS, UPS) � to follow the instructions in this section. All companies delivering to the NIH main campus must comply with Commercial Vehicle Inspection Facility (CVIF) access procedures. Upon arrival, the CVIF will provide a list of buildings and loading docks to delivery personnel. Deliveries will be logged in at the loading dock, and the loading dock contractor or Government personnel will attempt to contact the TPOC listed on the package. In the event that the TPOC is unable to accept the package, the delivery shall not be left at the loading dock station. The delivery must be returned to the Contractor, and the Contractor must coordinate with the TPOC to deliver on another date at no additional cost. Deliveries can only be made between 6:00 a.m. and 4:00 p.m. EST, Monday � Friday, excluding federal holidays. NOTE: Companies delivering to Building 10 will be required to complete additional steps including a brief medical screening before unloading and entering to make deliveries. These steps are necessary to protect patients and staff. Delivery personnel may also be asked a series of questions related to recent travels and any physical symptoms known or suspected to be relevant to COVID-19. Formulation of FBS varies substantially by vendor a lot. The NCI has tested and used Bio-techne FBS for over a decade, and this formulation of FBS is optimal for growing the lab�s human cancer cell lines. Bio-techne is the only known vendor who manufactures this product that properly maintains and promotes the growth of Lymphoid Malignancies Branch (LYMB) cells, the basis of all mission-critical work. Switching vendors would require complete termination of all mission-critical activities.� Moreover, all previous research (a decade�s worth) would have to be duplicated at taxpayer expense to prove any differently sourced FBS performed exactly the same as the currently used FBS.� For these reasons, LYMB requires FBS from Bio-techne.� This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. �The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. �Responses must be received no later than 3:00PM EST, August 7, 2020.� All responses and questions must be in writing and emailed to William Neal, Contracting Officer via electronic mail at william.neal@nih.gov and Reyes Rodriguez at reyes.rodriguez@nih.gov. �A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: 75N91020Q00083 on all correspondence
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc3cd0e2015c4d16868b3e68d008c024/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05735755-F 20200730/200728230137 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.