This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC_2019-01, effective date 01-22-2019).
The associated North American Industry Classification System (NAICS) code for this procurement is 541380 - Testing Laboratories.
This is a total small business set aside.
The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking iPSCs for cloning, generation of clones, and related services for the investigation of cellular dysfunction associated with hereditary mutation within the prion gene. This is a request for quotes.
The quote must include details and pricing to fulfill the following requirements:
For the investigation of cellular dysfunction associated with hereditary mutation within the prion gene, insertion of the gene mutation (E200K) into a 'normal' cell background, with production of heterozygous insert and isogenic control iPSC lines, is required. The provider must supply iPSCs for cloning and generate two heterozygous clones with the E200K prion gene mutation in one allele (two vials of each clone, 1 x 10^6 cells/vial) and two isogenic clones without the mutation (two vials of each clone, 1 x 10^6 cells/vial). Pluripotency and gene sequence of cells must be validated accordingly. Vendor must provide documentation regarding related animal assurance certifications and provide material transfer agreements where required.
*NOTE: Include ANY and ALL potential costs as line items in the quote.
Submission Deadline and Point of Contact: Submission shall be received not later than April 5, 2019 1:00 p.m. MST. Offers may be e-mailed to Peggy Schott at [email protected].
Place of Performance:
Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840, United States
Award will be based on the price, past performance, delivery, warranty, and the best value to the government. Only quotes for the above listed brand name items will be considered.
PROVISIONS AND CLAUSES
The government intends to award a firm, fixed price purchase order as a result of this solicitation that will included the terms and conditions set forth herein.
The following additional FAR & HHSAR provisions and clauses are incorporated by reference and applicable to this requirement:
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (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
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017)
The following contract clauses apply to this acquisition:
FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017)
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2019)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.232-1 Payments (Apr 1984)
The following HSSAR clause applies to this acquisition:
352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations.
(Dec 2015)
Any responsible vendor may submit a quote which will be considered by this Agency.
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered, or in the process of registering, 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://farsite.hill.af.mil/vmfara.htm and https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html.
This is an open-market combined synopsis/solicitation for iPSCs for cloning, clones, and related services as defined herein. The government intends to award a fixed-price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
Submission shall be received not later than April 5, 2019 by 1:00 p.m. MST.
Offers may be mailed, e-mailed or faxed to Peggy Schott at [email protected] or Fax to 406-363-9288. 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 Peggy Schott at [email protected].