Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2015 FBO #4898
SOLICITATION NOTICE

Q -- Milestone I – Cloning and Construction of Targeting Vector

Notice Date
4/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813990 — Other Similar Organizations (except Business, Professional, Labor, and Political Organizations)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2015449
 
Archive Date
5/6/2015
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501
 
E-Mail Address
griffinv@mail.nih.gov
(griffinv@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FedBizOpps Announcement Commercial Item Acquisition - Competitive (12-09-08) Professional Acquisition Support Services General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: NIHLM2015449 Posted Date: April 21, 2015 Response Date: May 5, 2015 Classification Code: Q - Medical Services NAICS Code: 813990 - Other Similar Organizations (except Business, Professional, Labor, and Political Organizations) Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; 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. This solicitation is being issued as Request for Quotations (RFQ) NIHLM20154492. This solicitation document incorporates provisions and clauses that are in effect in the March 2005 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. Milestone I - Cloning and Construction of Targeting Vector. The requirement includes: Cloning and Construction of Targeting Vector (Deliverables: Targeting Vector); Electroporation & Tissue Culture of ES Cells; Screening of FLP ES Cell Clones (Deliverables: Positive ES Cell Clones; Screening of FLP ES Cell Clones (Deliverables: Positive ES Cell Clones); Microinjection of Blastocysts & birth of chimeras (Deliverables: Chimeras); Animal Husbandry to generate F1 mice (Deliverables: Chimeras, F1 mice). Services to be performed: Vector Creation: Complete bioinformatics analysis of gene structure and sequence content; technical review of any previous targeting history of the gene of interest; presentation of all relevant targeting strategies that meet your experimental objectives, screening strategy design for PCR and Southern blot analysis and confirmation of genomic BAG clone containing the target gene. Electroporation and Tissue Culture: Culture and expansion of ES cells; electroporation of ES cells with targeting vector Screening: PCR and Southern blotting for identification and confirmation of positive clones. Injection: Preparation of embryos and foster mice, microinjection of targeted ES clones into blastocysts or laser assisted injection of 8-cell stage embryos, implantation of blastocystsl8-cell embryos. Animal Husbandry and Confirmation of Germline Transmission: Maintenance and care of recipient females and subsequent weaning of chimeras, breeding of male chimeras with C57Bll6N wild type females Weaning of the F1 generation. F1 Genotyping via tail biopsy and DNA extraction. PCR analysis and confirmation of project specific modifications as well as Neo deletion and absence of FLP transgene. The purchase order term will be for a 12-month period from date of award of a purchase order. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a), "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered." The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar service was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. All responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on May 5, 2015. The quotation must reference "Solicitation number" NIHLM2015449. Sources having the ability to provide the services described above shall provide clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Verne Griffin, Business Opportunity Specialist, at griffinv@mail.nih.gov. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 11:00 A.M. LOCAL TIME ON May 5, 2015 Additional Point of Contact - Maxwell J. Kimpson at kimpsonm@mail.nlm.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2015449/listing.html)
 
Record
SN03706110-W 20150423/150421235300-f633c0cb5d44e7d063987abdabd9d51f (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.