Federal Bid

Last Updated on 30 Sep 2020 at 3 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Synthetic peptides derived from SARS-CoV-2

Solicitation ID RFQ-NIAID-20244922-1
Posted Date 08 Sep 2020 at 10 PM
Archive Date 29 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Niaid
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2024922-1 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 August 31, 2020.

The North American Industry Classification System (NAICS) code for this procurement is 541380, Laboratory Testing Services, with a small business size standard of $15 million. The requirement is being competed Full and Open, without a small business set-aside restriction.

Laboratory of Bacteriology (LB) researches  the interactions of animal viruses with permissive and non-permissive cells in culture and investigates mechanisms of viral pathogenicity in animal model systems; develops tissue culture systems for the assay and propagation of animal viruses; identifies and characterizes immunologic reagents used for the detection of viral genomes or virus-induced gene products in productively infected or transformed mammalian cells; and elucidates the mechanisms associated with the establishment, maintenance, and rejection of virus-induced tumors in animal model systems. Currently, one of the focuses is on Genome-wide association (GWA) study.

Division of Intramural Research (DIR) Plans and conducts the Institute's laboratory and clinical research program, which encompasses allergic, immunologic, and infectious diseases, to insure maximum utilization of available resources in the attainment of Institute objectives; evaluates research efforts and establishes program priorities; allocates funds, space, and personnel ceilings and integrates ongoing and new research activities into the program structure; collaborates with other Institute and NIH programs and maintains an awareness of national research efforts in program areas; advises the Institute Director and staff of the intramural research and areas of science of interest and importance to the Institute; and provides technical services related to scientific areas of technology, on a shared basis, to the laboratories of the Intramural Research Program.​​

This procurement of synthetic peptides derived from SARS-CoV-2 and influenza A predicted protein sequences, the conjugation of these peptides to keyhole limpet hemacyanin (KLH), the immunization of two rabbits with these conjugated peptides and the harvesting of peptide-reactive sera. Our specific requirements are enumerated below: Antisera from rabbits immunized with synthetic SARS-CoV-2 and influenza A peptides conjugated to KLH. Please see attached specifications of peptide generation for all.

 Place of Performance:

NIH/NIAID, 33 North Drive, Bethesda, MD 20892, United States. 

The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.  The award will be based on the following; technical capability to meet the requirements, Animal Assurance Certification requirement, delivery time and price.

The following FAR provisions apply to this acquisition:

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

(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (Jan 2017)

52.204–24 Representation Regarding Certain Telecommunications and Video

Surveillance Services or Equipment (Aug 2020)

52.204-26 Covered Telecommunications Equipment or Services-Representation. (Dec 2019)

*** Must complete representations 52.204-24 and 52.204-26 that are attached to this solicitation- see attachment 889 compliance form

The following FAR contract clauses apply to this acquisition:

FAR 52.212-1 Instructions to Offerors-Commercial Items. (June 2020)

FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. (June 2020)

FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2020)

*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

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

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)

52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)

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 this address:  www.acquisition.gov

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than September 14, 2020 @ 2:00 EST

Offers may be mailed, e-mailed to Angela Stanton, (E-Mail/ [email protected]). Offers shall include RFQ number in the subject line (RFQ-NIAID-2024922-1). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)

All responsible sources may submit an offer that will be considered by this Agency. 

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Angela Stanton @ [email protected].

Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 18 Aug 2020 at 8 PM
Silver spring Maryland 08 Jun 2020 at 4 PM
Gaithersburg Maryland 15 Sep 2021 at 10 PM
Cambridge Massachusetts 22 Mar 2021 at 9 PM