This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W81EWF90150196 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-01. The small business standard for the associated NAICS code is 541380 with a size standard of $15,000,000.00.
The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting quotes of companies to measure the binding affinity of a number of computationally designed peptides to a select ligand (small chemical). The team will design up to 101 peptides for binding affinity tests in order to select the optimal peptides for downstream experiments. The contractor shall use a surface plasmon resonance (SPR)-based assay for binding affinity measurement. The SPR-based method is the newest technology for binding affinity analysis. This method is more environmentally benign than the older technology that uses radioactive ligand binding assays (LBA), more sensitive than other non-radioactive LBAs, and is more cost effective than liquid- or solid-phase LBAs.
Task 1
The contractor shall measure the binding affinity of computationally designed peptides using a surface plasmon resonance (SPR)-based assay. The government shall provide the contractor up to 101 peptides within a 12 month period. The first submitted batch will consist of 29 peptides. For each submitted peptide set, the contractor shall provide instrument set-up, target immobilization, measure the binding affinity, provide binding kinetic analysis and submit a final data report.
Optional Batches
Optional peptide batches shall be submitted in a minimum of 12 per batch. Batch submissions are dependent upon results obtained from the first batch analysis.
For each submitted peptide set, the contractor shall provide instrument set-up, target immobilization, measure the binding affinity, provide binding kinetic analysis and submit a final data report.
Deliverables: Submission of a final data report for each batch of submitted peptides. The final data report is due 4 weeks after receipt of each peptide batch.
Period of Performance:
The work described above shall be a 1 year period after award.
The following FAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation:
52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking In Persons; 52.223-10 Waste Reduction Program; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea
The following FAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation:
52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation
Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer.
Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award type. Proposals are due on 28 February 2019 at 12:00 p.m. Central Standard Time.
The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance.
The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint.
Send proposals via email to [email protected]. Copies of FAR clauses/provisions may be accessed via the internet at http://farsite.hill.af.mil/.