Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2020 SAM #6935
SOLICITATION NOTICE

Q -- Epitope Mapping services

Notice Date
11/22/2020 1:38:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-2051149
 
Response Due
11/30/2020 11:00:00 AM
 
Archive Date
12/15/2020
 
Point of Contact
Laura Grey, Phone: 4063759812
 
E-Mail Address
laura.grey@nih.gov
(laura.grey@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-C-2051149 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-01 October 01, 2020. The North American Industry Classification System (NAICS) code for this procurement is 541380, Testing Laboratories, with a small business size standard of $16.5 million. This requirement is being competed as a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for Epitope Mapping services. The Virus Ecology Section is currently researching the development of vaccines against emerging infectious disease of MERS-CoV and SARS-CoV-2. The Epitope Mapping service will identify specific epitopes of interest for vaccination development and distinguish between highly protective epitopes and epitopes that confer no to limited protection. The minimum requirements of the service to analyze epitopes in samples are: Full epitope mapping on serum obtained from non-human primates The samples provided by NIAID will be vaccinated with ChAdOx1 nCoV-19 or ChAdOx1 LASV. Epitope mapping is required against spike protein of SARS-CoV-2 or Lassa GP protein. There will be 12 serum samples for each protein of interest. full data analysis and reporting, including identification of epitope candidates, intensity profiles of epitopes, and depiction of epitopes on crystal structure of spike or GP protein. Place of Performance: Rocky Mountain Laboratories, 903 south 4th street, BLDG 22, Hamilton, MT 59840, United States.� FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (AUG 2020) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than November 30th, 2020 @ 2:00 EST Offers may be e-mailed to Laura Grey (E-Mail/ laura.grey@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-C-2051149). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Laura Grey at laura.grey@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ee49e2951a845898cbe4e0314fc1da9/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05858465-F 20201124/201122230421 (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.