SOLICITATION NOTICE
66 -- Gene Synthesis expression and purification
- Notice Date
- 3/13/2024 1:09:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B24Q0116
- Response Due
- 3/12/2024 10:00:00 AM
- Archive Date
- 03/27/2024
- Point of Contact
- Jovan Haynes, Chris Mattison, Phone: 504-286-4392
- E-Mail Address
-
jovan.haynes@ars.usda.gov, chris.mattison@usda.gov
(jovan.haynes@ars.usda.gov, chris.mattison@usda.gov)
- Description
- Minimum specifications for recombinant mouse IgE anti allergen monoclonal antibodies This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B24Q0116 and is issued as a request for quotation (RFQ). The NAICS code is 334516 � Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular FAC 2024-02� Any quotes not meeting the minimum specifications will not be considered.� The minimum specifications for recombinant mouse IgE anti allergen monoclonal antibodies are the following, � Final product must contain mouse IgE constant region heavy chain sequence Must include production plasmid vectors encoding the heavy and light chains for five mouse monoclonal IgE antibodies Recombinant mouse monoclonal IgE antibodies must recognize nut allergens by immunoblot and ELISA immunoassays Recombinant mouse monoclonal IgE antibodies must distinguish between nut allergens Ana o 3 and Car i 1 Must deliver at least 1 mg of mouse monoclonal IgE product for each of the five antibodies from CHO cell Report must include ELISA immunoassays titers for each recombinant mouse monoclonal IgE antibody� Must include protein A/G purification of each of the five recombinant mouse monoclonal IgE antibodies Technical Point of Contact: Chris Mattison 504-286-4392 chris.mattison@usda.gov Place of performance: � SEA SOUTHERN REGIONAL RESEARCH CENT 1100 ALLEN TOUSSAINT BLVD NEW ORLEANS LA 70124 Quotes are due: 03/15/2024 at 1200 pm (CT) All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 03/15/2024 at 1200 pm (CT). Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0a16f3aec4bf43a7b27851ddc37a0b0b/view)
- Place of Performance
- Address: New Orleans, LA 70124, USA
- Zip Code: 70124
- Country: USA
- Zip Code: 70124
- Record
- SN06995915-F 20240315/240313230049 (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 |