SOLICITATION NOTICE
B -- Hamster Monoclonal Antibody Production
- Notice Date
- 11/7/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- RML6-RFQ-14006
- Archive Date
- 12/7/2013
- Point of Contact
- Michael S. Barrett, Phone: 4063759810, Julienne Keiser, Phone: 406-363-9370
- E-Mail Address
-
michael.barrett@nih.gov, jkeiser@niaid.nih.gov
(michael.barrett@nih.gov, jkeiser@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice 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. This procurement is being issued as a request for quotation. Submit offers on RML6-RFQ-14006. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70 dated Sep, 30 th 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 325413 and the small business size is 500. The National Institute of Health requires production of an Armenian Hamster Monoclonal Antibody Development. The system must include the following items: 1. The vendor shall provide a basic Syrian hamster fusion from supplied splenocytes from the NIH. 2. The vendor shall provide a warranted Clean animal for study. 3. Have the ability to receive Splenocytes shipped on blue ice priority on a specific date established after award. 4. Splenocytes will be plated and cultured at 37°C, 5% CO2 for a period of 2-4 hours for recovery prior to fusion, cell count and viability determination. 5. The entire immune spleen is fused with a mouse myeloma cell line (P3x63Ag8.653) and plated into 96 well tissue culture plates at specific densities. • Plating of fused cells at a density of 1 x 105 cells per well in fusion medium (20% FCS, 1% HCF, 4mM L-glutamine, 1mM sodium pyruvate, 50@M 2-ME, 50 U/ml penicillin, 50 @g/ml streptomycin plus HAT selection) • Culture maintenance and selection. Supernatants (~120 @l) will be harvested, snap frozen and supplied to Client for screening analysis at two distinct appropriate time points. o Client will provide shipping account for delivery of all samples for screening or be billed by Leinco o Client will provide screening results within 48 hours of receipt of samples (ranked for antigen reactivity) 6. Up to eighteen (18) individual wells will be identified for processing. The top six hybridomalines will be subcloned by limiting dilution with the remaining twelve (12) lines expanded for cryopreservation and later analysis. • The top three clones derived from each of the six parental cell lines will be expanded for cryopreservation (3 vials each x 6 lines). The “best” one clone derived from each parental cell line (total of up to six lines) will be subject to a second round of limiting dilution subcloning. • The second round of subcloning (top 1st round cloned candidates) will be maintained and following approximately two weeks culture, frozen supernatants (~120 @l) will be shipped to the client for further analysis. NIH will return screening results within 48 hours of receipt of samples. The top three clones derived from each of the six ‘first-round cloned cell lines’ will be expanded for cryopreservation (3 vials each x 6 lines). • All records and cell logs will be provided to NIH. All cell lines will be shipped to NIH in at least two shipments to safeguard delivery of critical lines. • Additional cell lines may be processed at an additional fee for time and materials. Applicable Shipping and warranty must be quoted. FOB Point shall be Destination, Bethesda, MD. Delivery location is National Institute of Health, Bethesda, MD 20892. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors—Commercial Items; FAR 52.212-2 Evaluation—Commercial Items. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty; and 3) Price, delivery, past performance, and the best value to the Government; FAR 52-212-4 Contract Terms and Conditions—Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items; FAR 52.212-3 Offerors Representations and Certifications—Commercial Items. Warranty information to include period and coverage, shall be stated. In order to be considered for an award, offeror must have completed the Online Representations and Certifications located at http://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the 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. Offers may be emailed to michael.barrett@nih.gov, at 903 South 4 th Street Hamilton, MT 59840, mailed or faxed to the POC indicated above (Fax - 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST)11/22/2013. Copies of the above-referenced clauses are available from http://www.acquisition.gov/far/loadmainre.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML6-RFQ-14006/listing.html)
- Place of Performance
- Address: National Institute of Health / NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03229972-W 20131109/131107233956-841c8937f29e484ff26c6b11037797a8 (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 |