Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2012 FBO #3802
SOURCES SOUGHT

65 -- Biological Reagents - List of Nanovirus and Influenza PCR's

Notice Date
4/20/2012
 
Notice Type
Sources Sought
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0037(ss)
 
Archive Date
5/16/2012
 
Point of Contact
Jennifer R. Begg, Phone: 9375222277
 
E-Mail Address
Jennifer.Begg@wpafb.af.mil
(Jennifer.Begg@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Nanovirus and Influenza PCR specefic list. SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a for all reagents necessary to perform the following tests: Influenza Genome Sequencing PCR and Norovirus PCR, Primers, Probes and Synthetic DNA Fragments (Simulants). Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The specific technical requirements are as follows: FOR CLINICAL TESTS ONLY: Reagents necessary to perform the test and volume of testing (usage) with the following specifications: TEST ANNUAL USAGE Influenza Genome Sequencing PCR 2500 Norovirus PCR 100 TOTAL: 2600 Specifications: • Must have the ability to label primers as Analyte Specific Reagents (ASR). • All reagents must exhibit at least 95% sensitivity and 95% specificity. • Upon request, sufficient reagents shall be provided by the Vendor for in-house evaluation of each analyte. • Following evaluation, each test should exhibit at least 95% agreement with test kits currently in use. • The vendor shall comply with all FDA regulations, the College of American Pathologist (CAP) checklist dated 4 Jan 2012. FOR RESEARCH PROJECTS: Custom manufactured oligonucleotides for experimental use with the following volume and specifications: DESCRIPTION (bp = base pair) ANNUAL QUANTITY Sequenced-Verified Clones, (up to 950 bp) 45 TAMRA *Available Dyes: FAM, Cal Fuor Orange 560, 30 TAMRA *Available Dyes: FAM, Cal Fuor Orange 560, (incl 6 d-Inosine 25 Primer, Cartridge Purified (up to 35 bp) 40 Primer, Cartridge purified (up to 54 bp), incl 6 d-Inosine 310 Primer, RP HPLC Purified (up to 40 bp) 85 Primer, RP HPLC Purified (up to 54 bp), incl 6 d-Inosine 280 Custom Oligonucleotides 32-mer with 5' Biotin RPC purified 40 Custom Oligonucleotides 32-mer with 5' Biotin RPC purified Incl 6 d-Inosine 50 Specifications: • Oligonucleotides must be supplied in a lyophilized (dried down) state. • Must be Research Use Only (RUO) reagents with ability to reorder these same products (oligonucleotides, modified or unmodified) as Analyte Specific Reagents (ASR) to ensure research will not have to be re-optimized or re-configured prior to use in clinical assays. • Production of dual-labeled oligonucleotide probes, either as normal Taqman® probes or as degenerate probes with up to 6 d-inosine additions. o Probes are to be dye-labeled at the 5' end as needed with either FAM, Cal Fluor Orange 560, or TAMRA and at the 3' end with one of the following quenchers: either Black Hole Quencher (BHQ)-1, BHQ-2 or TAMRA. o Probe length may vary from 21 to 32 nucleotides as required per specific project order. • Production of reverse phase cartridge (RPC)-purified, long oligonucleotide primers ranging in length from 33-54 nucleotides, and RPC-purified, short oligonucleotide primers ranging in length from 21 to 32 nucleotides. Primers may be normal or degenerate with up to 6 d-inosine additions. • Production of RPC-purified 32-mer, 5' Biotin-labeled oligonucleotide normal or degenerate (up to 6 d-inosine additions) primers. • Production of long (950-2000 base pairs) and short (750 base pairs) synthetic double stranded DNA fragments consisting of GSV Sequence-verified clones. • 1 µmole scale production for primers and probes and 2 µg scale production for synthetic double-stranded DNA fragments (Simulants). • The vendor will provide all. The vendor will be the sole manufacturer and distributor of the reagents to minimize disparity in vendor quality control and minimize delay and unplanned cost of research reconfiguration due to product differences and possible quality control failures. • Vendor must be able to accept nucleotide sequence information in the form of Excel Spreadsheet ONLY due to the sheer volume of oligonucleotides needed. Re-typing/transfer to web order form is unacceptable. • Vendor must be able to handle multiple deliveries versus one time delivery of all items due to shelf life of these reagents. • Vendor must be able to manufacture oligonucleotides according to the unique nucleic acid sequences which will be forwarded to vendors with instructions to prepare appropriate oligonucleotides (primers, probes, or double - strand DNA fragments aka stimulants). All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 325199. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Jennifer.Begg@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Jennifer Begg, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 1 May 2012. Direct all questions concerning this acquisition to Jennifer Begg at Jennifer.Begg@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0037(ss)/listing.html)
 
Record
SN02727771-W 20120422/120420235502-68dd24019c99d82e43bfbce92ba0d202 (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 |
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.