Maryland Bids > Bid Detail

SINGLE-DOMAIN ANTIBODY GENERATION SERVICES

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159593457621089
Posted Date: Aug 8, 2023
Due Date: Aug 10, 2023
Solicitation No: NIHNEI080823
Source: https://sam.gov/opp/089d5a3e87...
Follow
SINGLE-DOMAIN ANTIBODY GENERATION SERVICES
Active
Contract Opportunity
Notice ID
NIHNEI080823
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH OLAO
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 08, 2023 04:14 pm EDT
  • Original Response Date: Aug 10, 2023 08:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B504 - SPECIAL STUDIES/ANALYSIS- CHEMICAL/BIOLOGICAL
  • NAICS Code:
    • 541714 - Research and Development in Biotechnology (except Nanobiotechnology)
  • Place of Performance:
    Rockville , MD 20852
    USA
Description

The National Institutes of Health (NIH) intends to award a Firm-Fixed-Price purchase order to ProSci, Llc. for custom services order to develop recombinant single-domain antibodies (sdAbs) by llama immunization.



In accordance with FAR Part 6.302-1, the Contractor is the only known responsible source who can provide the specific continued single-domain antibody generation services per SOW below. This notice is not a request for competitive quotes. However, any party that believes it can provide the services as stated herein may submit a written capability statement that clearly supports and demonstrates their ability to satisfy the requirement. A determination by the Government to compete this proposed award based upon responses to this notice is solely within the discretion of the Government. It is anticipated that an award will be issued approximately five (5) days after the date of this notice unless the Government determines that another organization has the capability to meet this requirement. Please email responses to Sharmaine.fagan@nih.gov no later than 08:00 a.m. EST on Thursday, August 10, 2023.





SCOPE:



The primary objective of this custom services order through ProSci, Llc., is to develop recombinant single-domain antibodies (sdAbs) by llama immunization. sdAbs are very compact antibodies that are used for a variety of basic research and translational procedures. sdAbs are isolated from camelid (such as llama) heavy-chain-only antibodies and are comprised of only the variable domain. As such, they lack light chains, are smaller and more stable compared to conventional antibodies, yet possess fully functional antigen-binding capability. Due to their size (approximately 15 kDa, one-tenth the size of conventional antibodies) and their longer CDR3 region, a single domain antibody can reach otherwise inaccessible epitopes. Phage display technology is used to develop functional single domain antibodies. We wish to develop sdAbs against retinal pigment epithelium proteins including RPE65 for use in biochemical and structural biology downstream experiments. This contract is construed to provide a sdAb library such that appropriate sdAb clones can later be identified and produced for downstream use.





TASKS/SERVICES:



The contractor shall perform the following tasks and procedures:





Phase Weeks Procedure Detailed Procedure





I 12 weeks Immunization 1) Immunization of 1 llama on standard



12-week protocol



2) ELISA testing of serum





II 1 week PBMC isolation PBMCs isolated and preserved from



blood collected at weeks 8 and 12





III 2-3 weeks Library Construction sdAb library construction from Phase II



PBMCs (either bleed 2 or 3)





Following development of the library, the Government may submit an additional contract to the contractor for sdAb clone selection and sequencing and/or small scale sdAb production.





DELIVERABLES:



The primary deliverable is the sdAb library. Upon request, the contractor shall provide documentation evidence of any and/or all work products.





EQUIPMENT, CERTIFICATIONS, LICENSE, PHYSICAL REQUIREMENTS OR OTHER EXPERTISE REQUIRED:



The contractor must have state of the art skills in antibody generation and production, analytical workflows, data analysis and interpretation capabilities. Be up-to-date in antibody phage display library construction, panning, and screening methods.





PLACE OF PERFORMANCE:



The place of performance is the contract company labs and facilities.





OPERATIONAL HOURS:



Procedures and analyses will be performed at times/days at the operational discretion of staff of the ProSci, LLC.





SAFETY ISSUES:



Work is performed in a laboratory setting. Lab coats, safety glasses, gloves, etc. that may be required for procedures will be provided by ProSci, LLC.





GOVERNMENT-FURNISHED EQUIPMENT, SUPPLIES AND/OR FACILITIES PROVIDED:



Immune antigens (native RPE membranes, expressed proteins, etc.) as necessary, will be provided.





OPTIONS:



This agreement may be extended for an additional year, or years, contingent upon mutual agreement of the parties.





PAYMENT:



Payment shall be made via submission of invoices.





NON-PERSONAL SERVICE STATEMENT:



Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. The contractor’s management shall ensure that employees properly comply with the performance standards outlined in the Performance Evaluation Standard (PES). Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will perform the inspection and acceptance of the completed work.


Attachments/Links
Contact Information
Contracting Office Address
  • 6011 EXECUTIVE BLVD., SUITE 503L
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 08, 2023 04:14 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 >