Federal Bid

Last Updated on 27 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Chemicals & Chemical Products / Custom Peptides & Sequences

Solicitation ID NIAID-RFQ-13C-1642842
Posted Date 28 Aug 2013 at 9 PM
Archive Date 27 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Bethesda Maryland United states
This notice is a combined Synopsis/Solicitation Request for Quote for commercial items prepared in accordance with the format of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued for the solicitation number NIAID-RFQ-13C-1642842, a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69 dated August 1, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 541711, which has a size standard of 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure custom made peptides sequences. See attached list of peptide name and sequence. Item/Description/ Quantity: (1) Ebola GP (S/B) Carboxyl terminus acid peptides, 5.0mg, 15 amino acids in length, qty-88, and (2) Ebola GP (S/B) Carboxyl terminus acid peptides, 5.0mg, 13 amino acids in length, qty-1. All peptides must meet the requirement with minimum purity of 80%, 1 x 5.0mg = 5mg for each peptide, and HPLC and MS results for each peptide. Place of delivery is to be made to Bethesda, Maryland. The following factors will be used to evaluate offers: 1) capability to meet required salient characteristic specifications, 2) price, and 3) delivery. The FOB point shall be Destination. The Government will issue a firm-fixed price purchase order to the responsible contractor. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the 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. [Note: Lack of registration in SAM will make an Offeror ineligible for award.] All responsible sources may submit offers that will be considered by this agency. Copies of the aforementioned clauses are available upon request by telephone to Terry Knight at (301) 402-2282. Offers must be submitted later than 5:00 p.m. Easter Daylight Savings Time, (EDST), Thursday, September 12, 2013. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52E, Bethesda, MD, 20892-4811. E-mail and fax submissions are prohibited.
Bid Protests Not Available