Maryland Bids > Bid Detail

Synthetic Plasmids

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159109421871253
Posted Date: Apr 9, 2024
Due Date: Apr 15, 2024
Solicitation No: HT9425-24-Q-0048
Source: https://sam.gov/opp/87e7266aa5...
Follow
Synthetic Plasmids
Active
Contract Opportunity
Notice ID
HT9425-24-Q-0048
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 09, 2024 02:58 pm EDT
  • Original Response Date: Apr 15, 2024 11:30 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC11 - National Defense R&D Services; Department of Defense - Military; Basic Research
  • NAICS Code:
    • 541714 - Research and Development in Biotechnology (except Nanobiotechnology)
  • Place of Performance:
    Frederick , MD 21702
    USA
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.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 09, 2024 02:58 pm EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >