SPECIAL NOTICE
A -- Synthetic Plasmids
- Notice Date
- 4/9/2024 11:58:28 AM
- Notice Type
- Special Notice
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- DEFENSE HEALTH AGENCY (DHA)
- ZIP Code
- 00000
- Solicitation Number
- HT9425-24-Q-0048
- Response Due
- 4/15/2024 8:30:00 AM
- Archive Date
- 04/30/2024
- Point of Contact
- Kirstin L. Quinn, Phone: 3016192480, Emily K. O'Hara, Phone: 3016199599
- E-Mail Address
-
Kirstin.L.Quinn.civ@health.mil, Emily.K.OHara.civ@health.mil
(Kirstin.L.Quinn.civ@health.mil, Emily.K.OHara.civ@health.mil)
- Description
- The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a Firm Fixed Price, sole source Contract on behalf of the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) to Synbio Technologies, located in Monmouth Junction, NJ, under the authority as prescribed in FAR 13.106(b)(1) Soliciting from a Single Source. This requirement is for the The Diagnostic Systems Division which seeks to purchase a plasmid containing the AP50c phage genome, modified to contain an eGFP tag. The plasmid itself is large and is low-copy, allowing it to contain the large insert size of the phage genome, so that the construct is stable and is not at risk of deletion of the eGFP insert. The product itself must be capable of maintaining stability with a 14kb genome insert, while also being capable of expression in E. coli. Synbio Technologies is the sole source provider that can provide the unique and highly specialized requirement. A major limiting factor for potential plasmid vectors is the size of the genome insert. Since the insert will be larger than most, the plasmid vector must have a low-copy number and a larger genome to prevent instability of the construct. Market research indicates that there are vendors that provide synthetic DNA products; however, there was only one identified as a viable source for fulfilling this requirement. Synbio Technologies� pSynoYac0-Cm vector is a hybrid yeast/ E. coli construct, able to be expressed in both yeast and E. coli. Due to the yeast factors included in the plasmid, as well as its larger size, it is able to carry larger sized inserts without risking destabilization of the construct, while the E. coli factors present then make it able to be expressed in E. coli as well, allowing for a much more versatile system. This notice of intent is NOT a request for quotations (RFQ) and no solicitation document exists for the requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to provide these services. � A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source procurement. Any other firms desiring consideration must submit capability statements and identify their interest and capability to provide these services. Responses to this notice must be received no later than 1130 Eastern Time, 15 April 2024. Capability statements shall be submitted via email ONLY as a Microsoft Word or Adobe PDF attachment to the following email addresses Kirstin.L.Quinn.civ@health.mil and Emily.K.Ohara.civ@health.mil. No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/87e7266aa5494faea6ebf93eb1c70e49/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN07023991-F 20240411/240409230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |