Federal Bid

Last Updated on 25 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

D-GLUCOSE

Solicitation ID 75N94019Q00047
Posted Date 10 Jun 2019 at 12 PM
Archive Date 25 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Child Health And Human Development
Agency Department Of Health And Human Services
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is 75N94019Q00047 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-99. The North American Industry Classification (NAICS) Code is 325199 and the business size standard is 1,250 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK), intend to contract on a sole source basis with Sigma-Aldrich 3858 Benner Road, Miamisburg, OH 45342-430 to procure D2O, 13C6/fully deuterated glucose and fully deuterated glucose.

Research in the Protein NMR Section and Biophysical NMR section laboratories with the Laboratory of Chemical Physics, NIDDK, are involved in state-of-the art studies of the structure and dynamics of proteins using NMR methods, largely developed within these two labs, to push the frontiers of the complexity of problems that can be tackled. Considerable emphasis is being placed on the application of these methods to AIDS related structural problems. These include work on HIV-1 Gag polyprotein, HIV-1 reverse transcriptase, the fusion and cytoplasmic domains of HIV-1 gp41, HIV-1 integrase, HIV-1 protease, and various host proteins that are relevant to the pathogenesis of AIDS.

A critical and essential component of this work is that proteins have to be perdeuterated, i.e protons replaced by deuterium (D), and either 15N and/or 13C labeled. The later nuclei are NMR active and permit the acquisition of multidimensional NMR data necessary to resolve and assign the NMR spectra. Deuteration is required for large proteins to reduce transverse relaxation, thereby decreasing linewidths and permitting systems in excess of 30 kDa to be studied. For 13C/D labeled proteins, the bacterial cells expressing the protein of interest, have to be grown in D2O 99.8 atom % D using D-glucose-13C6-1,2,3,4,5,6,6-D7, 99 atom % as the sole carbon source; for 15N/13C/D labeled proteins, 15N ammonium chloride has to also be included in the growth medium as the sole nitrogen source; and finally for 15N/D labeled proteins, in addition to 15N ammonium chloride, the medium must comprise D2O 99.8 atom % deuterium and D-glucose-1,2,3,4,5,6,6-D7 ≥97 atom % D.

DESCRIPTION OF REQUIREMENT
Purchase in a single shipment of:

• 99.8% D2O in 1 liter (1.107 kg) lots for a total of 200 liters
• D-glucose-13C6-1,2,3,4,5,6,6-D7 99% atom % in lots of 50 grams per bottle for a total of 400 grams
• D-glucose-1,2,3,4,5,6,6-D7, 97 atom % atom in lots of 50 grams per bottle for a total of 400 grams.

Delivery is expected within 2 months or less of placing the purchase order. The expected completion of this PO is no later than September 15, 2019 for Delivery. Debris should be minimum and will be removed during unpacking.

The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value.

Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:

1. Name of Contracting Organization
2. Contract Number (for subcontracts provide the prime contract number and the subcontract number)
3. Contract Type
4. Total Contract Value
5. Description of Requirement
6. Contracting Officer's Name and Telephone Number
7. Program Manager's Name and Telephone Number

3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.

Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address. Quotations will be due 11:00AM EST Monday June 24, 2019. Offerors shall send the quotation/proposal to Verne Griffin at [email protected]. The quotation must reference Solicitation number RFQ75N94019Q00047. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

Faxed copies will not be accepted. The quotation must reference "Solicitation number" RFQ75N94019Q00047. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development - 6710B Rockledge Drive, Room MSC 1159A, Bethesda, MD 20892. Note: Fed Ex/Ups/other courier use 20817. Attention: Verne Griffin, by the date and time mentioned above.

Any questions must be sent via email to [email protected] and must include solicitation# RFQ75N94019Q00047 in the subject line of email.

Note: In order to receive an award, contractor must be registered and have valid certification for all awards in the SAM database @www.sam.gov

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 06 Jun 2019 at 7 PM
Location Unknown 30 May 2019 at 11 AM
Institute West virginia 14 Sep 2017 at 2 PM
Location Unknown 28 Jun 2005 at 5 AM
Location Unknown 28 Jun 2005 at 5 AM