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: NBD00159998696770130
Posted Date: Jun 7, 2023
Due Date: Jun 14, 2023
Solicitation No: 75N95023Q00378
Source: https://sam.gov/opp/d5b2e87033...
Follow
Antiviral drug development of Hybridoma cell lines and antibody for viral antigens
Active
Contract Opportunity
Notice ID
75N95023Q00378
Related Notice
75N95023Q00378BAA
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 07, 2023 08:12 am EDT
  • Original Date Offers Due: Jun 14, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • 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

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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.



(ii) The solicitation number is 75N95023Q00378 and the solicitation is issued as a request for quotation (RFQ).



This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.



THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).



The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of The National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a Firm Fixed Priced contract without providing for full and open competition (including brand-name) to Sino Biological US Inc, 1400 Liberty Ridge Dr STE 101, Chesterbrook, PA 19087-5525 for development of Antiviral Drug Development.



This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).



The essential characteristics that make this requirement sole source are that these are custom made antigen sequence generation and expression targets. The characteristics of mAb development via hybridoma and ELISA pairing for Antigen 1 are so specific that going with another vendor would put the integrity of the work completed at risk. Additionally market research has indicated that no other vendor on the market is current able to provide the exact antibody pairings needed to perform this experiment. Only this suggested source can furnish the requirements, to the exclusion of other sources, because this is a customized product with the above required characteristics and requires the ability to deposit the hybridoma lines for reagent sharing at BEI.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04 dated June 2, 2023.



(iv) The associated NAICS code 325414 – Biological Product (except Diagnostic) Manufacturing and the size standard in number of employees is 1,250.



(v) This requirement is for antiviral drug development of Hybridoma cell lines and antibody for viral antigens.



(vi) 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: 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



(vii) The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated delivery is:



6 months after receipt of award



(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:



https://www.acquisition.gov/browse/index/far



https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of provision)



The following provisions apply to this acquisition and are incorporated by reference:




  • FAR 52.204-7, System for Award Management (Oct 2018)

  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)

  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)

  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021)

  • FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014)

  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)



The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:



https://www.acquisition.gov/browse/index/far



https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of clause)





The following clauses apply to this acquisition and are incorporated by reference:




  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022). Addendum to this FAR clause applies to this acquisition and is attached.

  • FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000).

  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)



The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.




  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022)

  • NIH Invoice and Payment Provisions (APR 2022)



(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



a. Technical capability of the item offered to meet the Government requirement;



b. Price; and



c. Past performance [see FAR 13.106-2(b)(3)].



(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.



(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



(xiv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.



The Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.



All offers must be received by 2:00p.m., Eastern Daylight/Standard Time, on June 14, 2023, and reference solicitation number 75N95023Q00378. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov.



Fax responses will not be accepted.


Attachments/Links
No attachments or links have been added to this opportunity.
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 >