Maryland Bids > Bid Detail

Antiviral drug development of Hybridoma cell lines and antibody for viral antigens

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159271463116821
Posted Date: Jun 7, 2023
Due Date: Jun 14, 2023
Solicitation No: 75N95023Q00378BAA
Source: https://sam.gov/opp/33955b6d95...
Follow
Antiviral drug development of Hybridoma cell lines and antibody for viral antigens
Active
Contract Opportunity
Notice ID
75N95023Q00378BAA
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NCATS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 07, 2023 08:02 am EDT
  • Original Response Date: Jun 14, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6505 - DRUGS AND BIOLOGICALS
  • NAICS Code:
    • 325414 - Biological Product (except Diagnostic) Manufacturing
  • Place of Performance:
    Rockville , MD 20850
    USA
Description

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform the potential requirement.



This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.



For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



Background: The objective of this purchase is to use the hybridomas and subsequent monoclonal antibodies (mAB) for Antiviral Drug Development of APP priority pathogens for which reagents are not currently available. One of our best tools for high-throughput (1536 or 384) and cost-effficient qHTS antivral drug screens are direct read out assays through immunofluroescence (IFA) of viral proteins. This read-out allows us to directly measure viral proliferation rather than detecting the cellular response to virus infection. Many of the APP priority pathogens have not had extensive antiviral or basic virology research conducted on them. This has resulted in a lack of comercially available reagents such as antibodies due to lack of demand. The enclosed proposal describes development of reagents for four viral proteins on APP priority pathogens so that our team can screen NCATS and collaborator libraries for antiviral drugs.



Purpose and Objectives: The purpose of this requirement is for antiviral drug development of Hybridoma cell lines and antibody for viral antigens.



Project requirements:



Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services,qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work.



Specific Requirements:




  • Multiple positive clones (2 vials of frozen hybridoma cells for each positive clone) per target.

  • 0.1-0.5mg purified antibody (>90% purity by SDS-PAGE) for each positive clone

  • Validated antibody pair (1 pair, not guaranteed): 2 frozen vials of hybridoma cells and 10mg purified antibody for each paired clones will be provided if an ELISA pair can be identified per target.



Vendors must also complete the attached 52.225-2 Buy American Certification.



Anticipated period of performance:



Delivery is to be six months after receipt of the award (ARO).



In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.



Buy American Clauses:




  • FAR 52.225-2, Buy American Certificate (Feb 2021)

  • FAR 52.225-6, Trade Agreements Certificate (Feb 2021



Capability statement /information sought.



Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.





Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.



One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.



The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Morgen Slager, Contract Specialist, at e-mail address Morgen.Slager@nih.gov.



The response must be received on or before June 14, 2023, at 2:00 pm, Eastern Standard Time.



“Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.



Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”


Attachments/Links
Contact Information
Contracting Office Address
  • 6701 DEMOCRACY BLVD
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >