SOLICITATION NOTICE
A -- Differential In-Gel Electrophoresis Service
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 1088987
- Archive Date
- 9/15/2011
- Point of Contact
- Marcia O Park, Phone: (870) 543-7405
- E-Mail Address
-
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.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 FAR Subpart 12.6, in conjunction with FAR Part 13.5, as applicable and 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. The solicitation number is 1088987. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 dated August 4, 2011. This acquisition is set aside for small businesses under the authority of FAR 6.302-1. The appropriate NAICS code for this acquisition is 541711 Research and Development in Biotechnology with a small business size standard of 500 employees The purchase order awarded as a result of this RFQ shall be firm fixed price, FOB destination. No advance payments are authorized. The Government will award a purchase order to the lowest priced technically acceptable offeror. The burden of demonstrating technical acceptability rests with the offeror. Background CBER regulates diagnostic kits that are used to detect mutant strains which are not detected by regular kits. This is very important to detect new infected individuals and help in treatment. The CBER Hewlett Laboratory is involved in XMRV and HIV panel development that will be used as a standard to detect new mutant strains. The cultured HIV virus will be used for generating panels and in pathogenesis studies to enhance understanding of the role of HIV in distribution, prevalence of transfusion related transmission. In addition, the CBER Hewlett Laboratory is involved in studying the host range, replication fitness and pathogenesis of HIV. In order to study the role of host factors in HIV and XMRV pathogenesis and identifying new biomarkers, Differential In-Gel Electrophoresis (DIGE) is required. Technical requirements:. to sustain research requirements, study of the differential protein expression profile shall be completed using Difference gel electrophoresis.. Service must include Pathway Analysis. The extracted proteins must be separated using 2-Dimensional Differential In-Ge; Electrophoresis (2D DIGE Analytical Gel 3CYDye labeling).. The proteins of interest must be identified by Mass Spectrometry (MALDI-MS/MS-136 spots). ImageQuant software shall be used to generate the image presentation data including the single and overlay images in order to maintain the established standard of past research. Cluster Analysis must be used Deliverable: Image analysis to include the study design and data ready for publication. The FDA requires purchase of the following: 1. 2-D DIGE Analytical Gel (3 CyDye labeling) (first time), quantity 2 each 2. 2-D DIGE Analytical Gel (3CyDye labeling) quantity 10 each 3. 2-D DIGE prepGel (2 CyDye labeling), quantity 3 each 4. Spot picking set up fee, 3 each 5. Protein identification (MALDI-MS/MS) Academic/Governmental, 136 each The provision at FAR 52.212-3 Offer Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) if applicable, of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.214-5, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. None. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clause in this clause are applicable: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104 g)) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L 108-77, 108-78) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O 11246) 52.222-36 Affirmative Action for Workers With Disabilities (SEP 2010) (29 U.S.C. 793) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112, note 19 U.S.C. 3805 note, Pub. L 108-77, 108-78, 108-286, 108-302, 109-302, 109-53, 109-283, and 110-138) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of the Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer - Central Contract Registration (OCT 2003) (31 U.S.C. 3332) 52.232-34 Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) Clauses and Provisions can be obtained by accessing http://www.acquisitions.gov. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) System before an award can be made. If company is not registered in CCR, they may do so by going to the CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation may be excluded from consideration. An official authorized to bind the offeror must sign the terms and conditions of the offer. All responsible sources may submit an offer which if timely received, shall be considered. The offer must reference number solicitation 1088987. The RFQ is due in person, by postal mail, fax or email to the point of contact listed below on or before close of business on August 31, 2011, in Jefferson, AR 72079-9502. Questions regarding this posting shall be submitted via email no later than 1:00 P.M. CDT on August 29, 2011. For information regarding this RFQ, please contact Marcia Park at 870/543-7405 voice, 870/543-7990 fax or email to marcia.park@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1088987/listing.html)
- Place of Performance
- Address: 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02543728-W 20110824/110822234852-900c38ccd91cf604cf8e5e09c428b49b (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 |