FOR COVID-19 : High-throughput of Plasmid DNA Sequencing Services

expired opportunity(Expired)
From: Federal Government(Federal)
RFQ-NIAID-2080366

Basic Details

started - 20 Jul, 2021 (about 2 years ago)

Start Date

20 Jul, 2021 (about 2 years ago)
due - 28 Jul, 2021 (about 2 years ago)

Due Date

28 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
RFQ-NIAID-2080366

Identifier

RFQ-NIAID-2080366
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26894)NATIONAL INSTITUTES OF HEALTH (10879)NATIONAL INSTITUTES OF HEALTH NIAID (1807)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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-NIAID-2080366 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) 2021-06, Effective 07/12/2021. The North American Industry Classification System (NAICS) code for this procurement is 541690, Other Scientific and
Technical Consulting Services, with a small business size standard size of $16.5 million.This requirement is set-aside for small business.This is for COVID-19 Research.Background and description of requirement:The Vaccine Research Center at the National Institutes of Health will conduct research that facilitates the development of effective vaccines. Towards this end, our goal has been to develop vaccine and passive immunotherapies, such as monoclonal antibodies, that can be used as both preventative treatments and acute therapies. This project enables the production of vaccine candidates, monoclonal antibodies and proteins used in assays to evaluate the quality of the vaccinations and antibodies being evaluated.The Vaccine Research Center at the National Institutes of Health develops vaccines and monoclonal antibody therapies for the treatment of infectious diseases. The Yeast Engineering Technology & Immunobiology (YETI) Core evaluates immune responses, performs antibody discovery, and engineers antibodies and immunogens against COVID-19. These efforts require reliable high-throughput sequencing service of plasmid DNA, colonies/culture, and PCR DNA (purified and unpurified) submitted in single tubes or 96-well plates.Sequencing servicers should provide a premium service that include mixing of separate template and primers, random quality checking of samples and primers for concentrations using Nanodrop spectrophotometer (or equivalent device), primer extension sequencing using ABI BigDye terminator with clean-up using CleanSeq, free universal primers, sequencing analysis, provide covered repeats and troubleshooting for each failed sequencing reaction and PCR DNA column purification of submitted PCR reactions.The servicer must provide a drop box or equivalent type service for daily Monday to Friday sample submission at 40 Convent Drive, Bethesda MD 20895.Chromatogram data should be examined, and data edited prior to returning of a data summary to the VRC YETI Core.The returned data should be of 600-900 bases of edited and vector clipped sequence.This data and report should be provided by the servicer within 1-2 days from the sample receipt.The services that are being purchased will provide these materials.Services required:Line 1. QTY 11,400 Units, DNA sequencing Service (Single Pass Primer Extension, minimum reactions 96 per submission)Line 2. QTY 11,600 Units, PCR DNA Column PurificationLine 3. QTY 200 Units, DNA Sequencing Service (Single Pass Primer Extension, <47 reactions per submission)Place of Delivery: 40 Convent Drive, Bethesda, MD 20892Delivery Date:Multiple deliveries for 1 year, start date approx. 07/30/2021*Include your DUNS number on quote*Include response to FAR 52.204-26 attachment and return with quote*Include response to FAR 52.204-24 if applicableThe 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 purchase order award will be based on the lowest price technically acceptable.The following FAR provisions apply to this acquisition:FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)FAR 52.212-1 Instructions to Offerors Commercial Items (Jul 2020)FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Feb 2021)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)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 (Jul 2021)FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.Offers may be mailed, e-mailed, or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jun 2020)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 Ms. Skye Duffner at skye.duffner@nih.gov.

Bethesda ,
 MD  20892  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Bethesda

You may also like

OVER THE COUNTER (OTC) COVID-19 TESTS

Due: 19 Mar, 2025 (in 10 months)Agency: OFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSE

EO14042 - VACCINE MANDATE FOR COVID19 INFO - KAPPA LAMBA AND HEVY LITE TESTING KITS

Due: 14 Jun, 2025 (in 13 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

OVER THE CONTER (OTC) COVID-19 TESTS

Due: 19 Mar, 2025 (in 10 months)Agency: OFFICE OF ASSISTANT SECRETARY FOR PREPAREDNESS AND RESPONSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541690Other Scientific and Technical Consulting Services
pscCode B504Chemical/Biological Studies and Analyses